Active Solicitation · DEPARTMENT OF VETERANS AFFAIRS

    R614--Document Destruction - NF/SG VHS

    DEPARTMENT OF VETERANS AFFAIRS
    Sol. 36C24826Q0460Combined Synopsis/SolicitationSet-aside: Service-Disabled Veteran-Owned Small Business Set AsideTAMPA, FL
    Open · 8d remaining
    DAYS TO CLOSE
    8
    closes May 1, 2026
    POSTED
    Apr 22, 2026
    Publication date
    NAICS CODE
    561990
    Primary industry classification
    PSC CODE
    R614
    Product & service classification

    AI Summary

    The Department of Veterans Affairs is seeking proposals for document destruction services, with a focus on compliance with certification requirements. The solicitation is open to Service-Disabled Veteran-Owned Small Businesses, and the due date for offers has been extended to May 1, 2026. Offerors must demonstrate their ability to meet all requirements, including subcontracting limitations.

    Contract details

    Solicitation No.
    36C24826Q0460
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Service-Disabled Veteran-Owned Small Business Set Aside
    Posted Date
    April 22, 2026
    Response Deadline
    May 1, 2026
    NAICS Code
    561990AI guide
    PSC / Class Code
    R614
    Contract Code
    3600
    Primary Contact
    John H. Shultzaberger
    City
    TAMPA
    State
    FL
    ZIP Code
    33637
    AI Product/Service
    service

    Award information

    Awardee
    null
    Award Date

    Description

    The above referenced solicitation is hereby amended as follows: 1. EXTENSION OF OFFER DUE DATE The due date for receipt of offers is hereby extended. Original Due Date: April 24, 2026 at 4:00 PM EST New Due Date: May 1, 2026 at 4:00 PM EST 2. QUESTIONS AND ANSWERS (Q&A) Question 1: Would the Government consider an offer from a Service-Disabled Veteran-Owned Small Business (SDVOSB) prime contractor that proposes to utilize a subcontractor to perform on-site destruction services, including issuance of the Certificate of Destruction? Answer 1: Yes. The Government will consider offers submitted by SDVOSB prime contractors that propose the use of subcontractors. However, offerors must comply with the limitations on subcontracting in accordance with VAAR 852.219-75. For services, the SDVOSB prime contractor is required to perform at least 50 percent of the cost of personnel for contract performance. The prime contractor must remain responsible for overall contract performance and demonstrate in its proposal how it will meet this requirement. Question 2: May the requirement to maintain NAID AAA certification (or equivalent) be satisfied through the subcontractor s qualifications and processes, or must the prime contractor itself hold the certification? Answer 2: The Government will accept certification held by the entity performing the on-site destruction services, provided all applicable standards are met. Offerors are responsible for clearly demonstrating in their proposal how all requirements, including certification and performance responsibilities, will be satisfied. Additional Information: The Government will evaluate proposals for compliance with all solicitation requirements, including limitations on subcontracting. Question 3: Waycross VA Outreach Clinic did not have a frequency listed. Would this location fall under weekly, bi-weekly, or every 4 weeks services? Answer 3: The Waycross VA Outreach Clinic shall be serviced on an every six (6) weeks basis. Offerors shall base their pricing on this service frequency. Any changes to service frequency after award will be coordinated by the Government in accordance with the terms of the contract. Question 4: There are two (2) CLINs for each location. Can you please clarify the distinction between the two CLINs? For example, what is the distinction between CLIN 0047 and CLIN 0047AA? Answer 4: Each location includes a primary CLIN and a corresponding subCLIN (e.g., 0047 and 0047AA), which serve different purposes within the pricing structure. The primary CLIN (e.g., 0047) is provided for informational purposes only and identifies the location and required service frequency (e.g., weekly, bi-weekly, every four weeks, etc.). The corresponding subCLIN (e.g., 0047AA) identifies the quantity and size of containers assigned to that location. Offerors shall enter pricing in the subCLINs only (e.g., 0047AA). The primary CLINs (e.g., 0047) shall not be separately priced. Pricing submitted in the subCLINs shall represent the total monthly cost to perform all required services for that location, including all pickups and servicing of the containers identified in the subCLIN. Additional Clarifications: For all locations, pricing shall be inclusive of all labor, equipment, transportation, supervision, and any other costs necessary to perform the services in accordance with the Performance Work Statement (PWS). END OF QUESTIONS AND ANSWERS 3. ALL OTHER TERMS AND CONDITIONS All other terms and conditions of the solicitation remain unchanged.

    Key dates

    1. April 22, 2026Posted Date
    2. May 1, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    R614--Document Destruction - NF/SG VHS is a federal contract award from DEPARTMENT OF VETERANS AFFAIRS. Review the award details including the awardee, contract value, and NAICS code.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.