- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Naval Air Warfare Center Aircraft Division Lakehurst Mobile Shredding Services
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: United States. Response deadline: Mar 24, 2026. Industry: NAICS 561990 • PSC R614.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 561990 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 561990
Description
AMD 003: This amendment is for the following:
- Incorporate questions and answers received from Industry. See Attachment 003, "Q&A." This attachment includes questions that were received during the site visit held on 06 March 2026.
- Attachment 001, "Statement of Work Rev. A" was updated to "Statement of Work Rev. B." Additional language has been added to the Statement of Work based on questions received. This version of the Statement of Work supersedes all previous versions.
- Update the total number of required containers to forty-one (41); thirty-six (36) large containers and five (5) small containers. The updated quantities are listed within Statement of Work Rev. B.
- Attachment 002, "CDRLs" was updated to "CDRLs Rev. A." This version of the CDRLs supersedes all previous versions.
- The submission deadline is hereby extended to 24 March 2026, 12:00 PM EDT.
AMD 002: Attachment 001, "Statement of Work" was updated to "Statement of Work Rev. A." The revised version removes language within Paragraph 12.0 that stated the services to be performed under this requirement could not be subcontracted or assigned. Subcontracting IS available under this requirement.
AMD 001: Corrected email addresses for site visit point of contacts.
--------------------------------------------------------------------------
The Naval Air Warfare Center Aircraft Division, Lakehurst (NAWCAD LKE) has a requirement for monthly mobile shredding services, including all Contractor labor, equipment, and materials necessary to perform collection and shredding services of designated material in accordance with the attached Statement of Work (SOW). The Government intends to award a Firm Fixed-Price contract with four option periods. The Period of Performance (PoP) of the resultant award shall be twelve months for the base year, with four additional twelve-month option periods.
*A pre-bid site visit is being offered and is recommended but not mandatory. The Offeror is obligated to verify any and all specification requirements during the on-site visit prior to providing their proposal for the work. The Offeror accepts responsibility for any issues that arise due to their lack of attendance at the site visit or choosing not to attend the site visit prior to providing a proposal for the work. Any Offeror attending a site visit shall do at its own expense. The Government will not compensate or be responsible for any costs associated with a site visit. The guided site visit will be offered on 06 March 2026 and commence at 1000 AM EST. Offerors interested in attending the site visit shall issue a request to Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil and Jessica Escribano at jessica.l.escribano.civ@us.navy.mil NLT 48 hours prior to the commencement of the site visit to confirm attendance, arrange base access, and coordinate your arrival. Late requests may not be considered, and the site visit and solicitation period may not be extended to accommodate late requests.
(i) This is a Combined Synopsis/Solicitation for commercial products or commercial services prepared in accordance with the format in FAR part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and constitutes a formal Request for Quotation (RFQ). Quotations are being requested, and a separate written solicitation will NOT be issued. All vendors must be registered and active in the System for Award Management (SAM) Database in order to be eligible for award.
This solicitation is issued as an RFQ in accordance with FAR part 12 as a Combined Synopsis/Solicitation with number N68335-26-Q-1071.
The RFQ and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2025-06. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
This RFQ is a 100% Small Business Set-Aside and is open to Small Business concerns only. The assigned NAICS is 561990 with a size standard of $16.5M.
(ii) The contemplated Contract Line Item Number structure is as follows:
- 0001: JBMDL – LAKEHURST Year 1 Mobile Shredding Services; Qty: 12 Months
- 0002 (Option): JBMDL – LAKEHURST Year 2 Mobile Shredding Services; Qty: 12 Months
- 0003 (Option): JBMDL – LAKEHURST Year 3 Mobile Shredding Services; Qty: 12 Months
- 0004 (Option): JBMDL – LAKEHURST Year 4 Mobile Shredding Services; Qty: 12 Months
- 0005 (Option): JBMDL – LAKEHURST Year 5 Mobile Shredding Services; Qty: 12 Months
- 0006: Technical Data – Contract Data Requirements List A001 Monthly Status Report
*Note: CLIN 0006 will be Not Separately Priced.
(iii) This requirement is for the procurement of collection and shredding services of designated material in accordance with the attached Statement of Work SOW. The services to be performed are outlined in Attachment 001, “Statement of Work.”
New Equipment ONLY; NO remanufactured or “gray market” items. All items must be covered by the manufacturer’s warranty.
(iv) FOB point is Destination to NAWCAD LKE. Any applicable shipping costs shall be factored into the unit price(s) of each item. Do not include a separate line item for shipping charges. As stated above, the PoP for the resultant award shall be twelve months for the base period from date of contract award, followed by four, twelve-month option periods. Inspection and acceptance shall occur at destination by representatives of the Government.
(v) The following provisions are applicable to this combined synopsis/solicitation:
- FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation;
- FAR 52.204-7, System for Award Management;
- FAR 52.212-1, Instruction to Offerors – Commercial Products and Commercial Services;
- FAR 52.212-2, Evaluation – Commercial Products and Commercial Services;
- FAR 52.217-5, Evaluation of Options;
- FAR 52.240-90, Security Prohibitions and Exclusions Representations and Certifications;
- DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information;
- DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation;
- DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services – Representation; and
- DFARS 252.204-7998, Alternate A Annual Representations and Certifications
(vi) The following clauses are applicable to this combined synopsis/solicitation:
- FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements;
- FAR 52.204-13, System for Award Management—Maintenance;
- FAR 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
- FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;
- FAR 52.212-4, Contract Terms and Conditions – Commercial Items;
- FAR 52.217-7, Option for Increased Quantity—Separately Priced Line Item;
- FAR 52.219-6, Notice of Total Small Business Set-Aside;
- FAR 52.219-28; Post-Award Small Business Program Rerepresentation;
- FAR 52.222-3, Convict Labor;
- FAR 52.219-19, Child Labor—Cooperation with Authorities and Remedies;
- FAR 52.222-35, Equal Opportunity for Veterans;
- FAR 52.222-36, Equal Opportunity for Workers with Disabilities;
- FAR 52.222-37, Employment Reports on Veterans;
- FAR 52.222-41, Service Contract Labor Standards;
- FAR 52.222-42, Statement of Equivalent Rates for Federal Hires;
- FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts);
- FAR 52.222-50, Combating Trafficking in Persons;
- FAR 52.222-62, Paid Sick Leave Under Executive Order 13706;
- FAR 52.223-5, Pollution Prevention & Right-To-Know Information;
- FAR 52.223-23, Sustainable Products and Services (DEVIATION);
- FAR 52.224-3, Privacy Training;
- FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving;
- FAR 52.227-1, Authorization and Consent;
- FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement;
- FAR 52.229-3, Federal, State, and Local Taxes;
- FAR 52.232-40; Providing Accelerated Payments to Small Business Subcontractors;
- FAR 52.233-3, Protest After Award;
- FAR 52.233-4, Applicable Law for Breach of Contract Claim;
- FAR 52.240-91, Security Prohibitions and Exclusions;
- FAR 52.240-93, Basic Safeguarding of Covered Contractor Information Systems;
- FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services;
- DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials;
- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights;
- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials;
- DFARS 252.204-7002, Payment for Contract Line or Subline Items Note Separately Priced;
- DFARS 252.204-7003, Control Of Government Personnel Work Product;
- DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services;
- DFARS 252.211-7003, Item Unique Identification and Valuation;
- DFARS 252.211-7008, Use of Government-Assigned Serial Numbers;
- DFARS 252.225-7007, Prohibition on Acquisition of Certain Items from Communist Chinese Military Companies;
- DFARS 252.225-7048, Export-Controlled Items;
- DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports;
- DFARS 252.232-7006, Wide Area Workflow Payment Instructions;
- DFARS 252.232-7010, Levies on Contract Payments;
- DFARS 252.243-7001, Pricing Of Contract Modifications; and
- DFARS 252.244-7000, Subcontracts for Commercial Products or Commercial Services
*Note, additional clauses may be incorporated into the resultant award*
(vii) Please submit all offers electronically NLT 12:00 PM EST, 24 March 2026 to Alexander Buchan at alexander.g.buchan2.civ@us.navy.mil.
(viii) The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose offer, conforming to the combined synopsis/solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
Award will be made to the lowest-priced, responsible Offeror that is deemed technically acceptable with acceptable past performance. The Government will evaluate quotations based on the following criteria: 1) Price; 2) Technical Description; and 3) Past Performance.
1) Price
The Government will evaluate price per Item No(s) to determine price fairness and reasonableness in accordance with FAR 12.204. In accordance with FAR 12.204, the Contracting Officer must determine the proposed price fair and reasonable before making an award. Since this combined synopsis/solicitation will be conducted using competitive procedures, adequate price competition is expected as the basis for determining the fair and reasonableness of the selected Offeror’s price. In the event that there is only one satisfactory offer, the Government reserves the right to request additional cost or pricing data as necessary from both the Offeror and subcontractors and may conduct negotiations with the Offeror in order to ensure a reasonable and realistic price.
NOTE: All Contract Data Requirement Lists (CDRLs) shall be Not Separately Priced. If your quotation contains priced CDRLs, the Government will require a revision in order to remain eligible for award.
2) Technical Description
The Government will evaluate the Offeror’s quotation to determine the extent to which the Offeror’s quotation provides a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation and demonstrates the Offeror’s ability to meet the Government’s requirements as outlined in the SOW. Each Offeror will be evaluated for technical acceptability based on a review of its verification of installer’s adherence to the required standards (SOW Paragraph 3.1) and required certifications (SOW Paragraph 3.3) by the Government subject matter experts. The Government’s review will focus on whether the Offeror’s submission clearly demonstrates its ability to meet the technical specifications set forth in the SOW.
To determine the technical acceptability, the Government will consider all quotations on an “Acceptable” or “Unacceptable” basis.
Acceptable: Based on the offeror’s technical description in its submission, the Government has a reasonable expectation that the offeror is capable of meeting the technical specifications set forth in the SOW within the specified PoP.
Unacceptable: Based on the offeror’s technical description in its submission, the Government does not have a reasonable expectation that the Offeror is capable of meeting the technical specifications set forth in the SOW within the specified PoP.
Each quotation will be reviewed independently and must be found to be acceptable in all the areas to be considered “Technically Acceptable” and eligible for award. If an Offeror does not provide a technical description in its offer of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation and demonstrates the Offeror’s ability to meet the Government’s requirements, the offer may not be considered for award.
3) Past Performance
Each Offeror will be evaluated on its past performance based on recent and relevant contracts or subcontracts currently ongoing or completed within the last three years for similar efforts. The Government will focus on information that demonstrates quality of performance relative to size and complexity of the procurement under consideration and relevance of the performance to the requirements of the SOW of the solicitation. Sources other than those identified by the Offeror may be contacted by the Government. There are three aspects to the past performance evaluation:
- Recency of the past performance, which will only consider work performed within three years of the solicitation release date in relation to the functional area being proposed to;
- Relevancy of the past performance, which will consider similarity of scope in terms of requirements within the SOW in relation to the functional area being proposed to; and
- Quality of the recent, relevant, past performance, which will focus on requirements, schedule, and managing effort being proposed to.
A separate quality rating will not be assigned. However, a past performance assessment rating of Acceptable or Unacceptable will be based on the Offeror’s overall record of past performance taking into account the recency, relevancy, and quality of performance. Sources of past performance evaluation information include information provided by the Offeror in response to the solicitation, information obtained from questionnaires, and any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information Systems, Electronic Subcontract Reporting System, or other databases; the Defense Contract Management Agency; and interviews with Program Managers, Contracting Officers, and Fee Determining Officials.
Past Performance Relevancy Ratings:
Relevant: Present/past performance effort involved similar scope of effort this solicitation requires.
Not Relevant: Present/past performance effort involved little or none of the scope of effort this solicitation requires.
Past Performance Acceptability Ratings:
Acceptable: Based on the Offeror’s recent/relevant performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required efforts, or the Offeror’s performance record is unknown.
Unacceptable: Based on the Offeror’s recent/relevant performance record, the Government does not have a reasonable expectation that the Offeror will be able to successfully perform the required effort.
NOTE: In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the Offeror shall be determined to have unknown (or Neutral) past performance. In the context of Acceptability/Unacceptability, a Neutral rating shall be considered “acceptable.”
Quotes MUST be valid for 60 calendar days after close of buy.
Offerors shall include a completed copy of the provision at DFARS 252.204-7998, Alternate A Annual Representations and Certifications with its offer, or shall provide a statement that its Representations and Certifications were completed in SAM.
(xiv) This requirement has not been assigned a Defense Priorities and Allocations rating.
(xv) Questions may be submitted no later than 11 March 2026, 4:00 PM EDT. Late requests may not be considered, and the Combined Synopsis/Solicitation period may not be extended to accommodate late requests.
(xvi) The Point of Contact is Alexander Buchan; email: alexander.g.buchan2.civ@us.navy.mil
All quotations shall be in accordance with this Combined Synopsis/Solicitation and Attachments 001, “Statement of Work Rev. B,” and 002, “CDRLs Rev. A.”
**This request neither implies nor requests the commencement of any effort. Furthermore, the Government shall incur no obligation whatsoever as a result of this proposal request if a contract is not executed.**
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.