Shredder/Disintegrator Maint. Svcs.
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, specifically NAVSUP FLT LOG CTR JACKSONVILLE, is soliciting proposals for Shredder/Disintegrator Maintenance Services (N6883626QS016) at Pensacola Naval Station, Corry Station, Florida. This is a Total Small Business Set-Aside for a Firm Fixed Price contract, covering preventive and corrective maintenance for SEM Disintegrators. Offers are due January 26, 2026, at 12:00 AM.
Scope of Work
The contractor will provide all labor, materials, equipment, and supervision for preventive and corrective maintenance on SEM Disintegrators (Models 301 and 1424). This includes quarterly scheduled maintenance, cleaning, lubrication, inspection, and specific tasks for each model, as well as maintenance for Waste Evacuation and Electrical Systems. Corrective maintenance requires a response within 48 hours of notification. The contractor is responsible for consumable items, while the Government will purchase replacement parts and blade sets.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Period of Performance: A base year (January 30, 2026 - January 29, 2027) with four option years. The contract may be extended up to 66 months in total.
- Set-Aside: Total Small Business.
- NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance) with a size standard of $34,000,000.00.
- Solicitation Issue Date: January 21, 2026.
- Offer Due Date: January 26, 2026, 12:00 AM.
- Place of Performance: Buildings 512, 513, and 3742, onboard Pensacola Naval Station, Corry Station, Pensacola, FL 32511.
Submission & Evaluation
- Offers must be submitted in PDF format, organized by volume (Price, Technical Capability, Contractor Responsibility).
- Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) method.
- Quotes must be deemed "Acceptable" for all non-price factors (Technical Capability, Past Performance) to be considered for award.
- Past Performance will be assessed as "Satisfactory" or "Unsatisfactory."
Additional Notes
- The solicitation incorporates various FAR clauses by reference.
- Contractor personnel require DBIDS credentials and picture ID for base access, must be US citizens or authorized to work in the US, and be fluent in English. Security clearance is not required.
- A U.S. Department of Labor Wage Determination (WD 2015-4561 Rev 31) for Florida (Escambia and Santa Rosa counties) is included, establishing minimum wage and fringe benefit rates for service employees. Bidders must review this for labor cost estimation and compliance.
- Questions and clarifications must be submitted via email to Melissa Russell (melissa.i.russell2.civ@us.navy.mil) by three (3) days of solicitation posting.