Loading...
PANMCC26P0000045419
Response Deadline
May 27, 2026, 2:00 PM(EDT)14 days
Eligibility
Contract Type
Sources Sought
This is a Sources Sought Notice ONLY.
This is a non-personal services contract to provide on-site document shredding services to all areas of Civilian Human Resource Agency. CHRA is located in multiple states and multiple installations. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform on-site document shredding services. Documents being destroyed often time will contain Personally Identifiable Information (PII). The contractor shall perform to the standards in this contract. According to Army CUI 32 CFR 2002. 14(f)(2), documents containing PII should be destroyed "in a manner that makes it unreadable, indecipherable, and irrecoverable." The primary method of disposing of documents containing Personally Identifiable Information is through cross-cut shredding that produces particles that are 1 mm x 5 mm (or smaller) in size. Destruction of materials must happen on-site in clear view of government personnel. The U.S. Army Civilian Human Resources Agency (CHRA) has multiple installations that will require document shredding services ranging from one-time bulk shredding, on-demand shredding, and scheduled, recurring shredding.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS code is 561990; All Other Support Services. The size standard in millions of dollars for this is $16,500,000.00.
Attached is the draft Performance Work Statement (PWS) The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform on-site document shredding services. Documents being destroyed often will contain Personally Identifiable Information (PII). The contractor shall perform to the standards in this contract.
Responses to this notice shall be e-mailed to the Contract Specialist, Lauren Zuniga at lauren.e.zuniga.civ@army.mil AND the KO, Adrian J. Atkinson, at adrian.j.atkinson2.civ@army.mil no later than 27 May 2026 at 10:00am ET (Fort Knox local time).
Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set asides regardless of the dollar value of the award.
Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, more than permitted levels.
See FAR 52.219-14 - Limitations on Subcontracting for Small Business.
All WOSB firms need to act in beta.certify.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts.
In response to this notice, please provide:
1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.
6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 520-944-7373, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
Lauren E Zuniga
Adrian Atkinson
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
MISSION INSTALLATION CONTRACTING COMMAND
FDO SAM HOUSTON
W6QM MICC-FT KNOX
W6QM MICC-FT KNOX
KO DIRECTORATE OF CONTRACTIN
BLDG 1109B RM 250
FORT KNOX, KY, 40121-5000
NAICS
All Other Support Services
PSC
SUPPORT- ADMINISTRATIVE: PAPER SHREDDING