Search Contract Opportunities

Document Destruction - NF/SG VHS   2

ID: 36C24826Q0460 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Popular Questions:
Generate a draft:
Loading

Description

Posted: April 22, 2026, 7:56 a.m. EDT
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.
Posted: April 8, 2026, 9:09 a.m. EDT
Background
The Department of Veterans Affairs, North Florida/South Georgia Veterans Health System (NF/SGVHS) requires document destruction services for multiple medical centers and associated facilities. The goal of this contract is to ensure secure collection, handling, and destruction of sensitive paper records in compliance with applicable VA and federal requirements.

Work Details
The Contractor shall provide all labor, supervision, equipment, materials, and transportation necessary to securely collect and destroy confidential paper records containing Personally Identifiable Information (PII) and Protected Health Information (PHI). Services include:

- Provision of secure, locked collection containers
- Scheduled and on-demand collection of materials
- Secure transportation
- Destruction of materials in accordance with VA Directive 6371.

All destruction shall render documents unreadable and irrecoverable. The Contractor shall maintain strict chain-of-custody controls including documented service logs and secured handling of materials. Certificates of Destruction (COD) must be provided for each service visit, detailing the date of destruction, location serviced, container identification numbers, time of service, method of destruction, and weight of materials destroyed.

Period of Performance
Base Period: July 1, 2026 – June 30, 2027; Option Year 1: July 1, 2027 – June 30, 2028; Option Year 2: July 1, 2028 – June 30, 2029; Option Year 3: July 1, 2029 – June 30, 2030; Option Year 4: July 1, 2030 – June 30, 2031.

Place of Performance
Services will be performed at locations throughout North Florida and South Georgia including the Malcom Randall VA Medical Center in Gainesville, FL and the Lake City VA Medical Center in Lake City, FL.

Overview

Response Deadline
May 1, 2026, 4:00 p.m. EDT (original: April 24, 2026, 4:00 p.m. EDT) Past Due
Posted
April 8, 2026, 9:09 a.m. EDT (updated: April 22, 2026, 7:56 a.m. EDT)
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
Department of Veterans Affairs North Florida/South Georgia VHS Gainesville, FL USA
Source

Current SBA Size Standard
$16.5 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$100,000 - $300,000 (AI estimate)
On 4/8/26 VISN 8: Sunshine Healthcare Network issued Synopsis Solicitation 36C24826Q0460 for Document Destruction - NF/SG VHS due 5/1/26. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 561990 (SBA Size Standard $16.5 Million) and PSC R614.
Primary Contact
Title
Contracting Officer
Name
John H. Shultzaberger   Profile
Phone
(352) 214-5135

Documents

Posted documents for Synopsis Solicitation 36C24826Q0460

Opportunity Assistant


AI Analysis

AI Generate

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 36C24826Q0460

Award Notifications

Agency published notification of awards for Synopsis Solicitation 36C24826Q0460

Contract Awards

Prime contracts awarded through Synopsis Solicitation 36C24826Q0460

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 36C24826Q0460

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C24826Q0460

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C24826Q0460

Experts for Document Destruction - NF/SG VHS

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 248-NETWORK CONTRACT OFFICE 8 (36C248)
FPDS Organization Code
3600-00248
Source Organization Code
100167097
Last Updated
April 22, 2026
Last Updated By
John.Shultzaberger@va.gov
Archive Date
May 31, 2026