Solicitation for Sale of Scrap Steel & Scrap Wood (Rail Lines & Railroad Ties) at Naval Weapons Station Seal Beach
ID: SP002-25-CDType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHWESTSAN DIEGO, CA, 92132-0001, USA

NAICS

Recyclable Material Merchant Wholesalers (423930)

PSC

MISCELLANEOUS ITEMS (9999)
Timeline
    Description

    The Department of Defense, through the Navy Region Southwest Qualified Recycling Program, is soliciting bids for the sale of scrap steel and scrap wood (rail lines and railroad ties) located at the Naval Weapons Station in Seal Beach, California. Interested bidders must submit their proposals via certified mail by 2:00 PM (Pacific Time) on April 29, 2025, following the detailed instructions provided in the solicitation documents. This procurement is significant as it supports the Navy's recycling efforts and promotes environmental sustainability by repurposing materials. For inquiries, bidders can contact Christian Dominguez at 619-726-4040 or Jose Amuchastegui at 619-556-8162, or email cnrsw-qrp-sales@us.navy.mil.

    Point(s) of Contact
    Christian Dominguez
    (619) 726-4040
    (619) 556-9018
    cnrsw-qrp-sales@us.navy.mil
    Jose Amuchastegui
    (619) 556-8162
    (619) 556-9018
    Cnrsw-qrp-sales@us.navy.mil
    Files
    Title
    Posted
    The document outlines the operational requirements and responsibilities of the Buyer in relation to government contracts, particularly within the Navy Region Southwest (NRSW) Recycling Program. Key definitions establish terms such as "Competent Person" and "Confined Workspace." The Buyer is required to manage all aspects of work, ensure safety protocols, and comply with federal, state, and local regulations. Essential elements include work hours, employee qualifications, and environmental protections, with strict adherence to safety inspections and compliance measures highlighted. The Buyer must also maintain communication and coordination with government representatives, manage waste disposal, and develop plans for drug-free workplaces. Ultimately, the document serves to ensure that contractors meet performance standards and safeguard public and government interests through comprehensive management of operations, environmental compliance, and employee conduct. This framework supports governmental efforts to maintain safety and integrity within contracted services.
    This document outlines the required submissions and compliance measures for a government contract proposal, focusing on permits, insurance, safety protocols, and project execution. The Buyer must secure all necessary permits and licenses before commencing work and provide proof to the NRSW QRP Manager. The document specifies insurance coverage requirements, including general liability and workers' compensation, which must be presented promptly following the award. A detailed work schedule must be submitted to minimize disruptions to government operations. Furthermore, the Buyer is mandated to create and implement a comprehensive Safety Program aligning with relevant safety standards, including EM-385-1-1. Essential components of this program include an Accident Prevention Plan (APP), Activity Hazard Analyses, and hazard-specific safety plans addressing various risks encountered at the project site. Reporting protocols for accidents and damages to government property are also established, requiring timely notifications to the relevant managers. Additionally, the Buyer must develop off-site demolition and transportation plans, ensuring compliance with all transportation regulations. The document is structured to ensure adherence to federal, state, and local legal requirements as part of the RFP process, emphasizing safety and regulatory compliance throughout the project's lifecycle.
    The document details the registration process for Local Population ID Cards and Base Access Passes by the Department of the Navy. It outlines the legal authority and purpose of collecting personal information, aiming to control access to Department of Defense (DoD) facilities by verifying individuals through biometric databases. Key aspects include requirements for identity proofing, employment verification, and authorization for information retrieval from federal and state agencies for security vetting. It highlights that providing information is voluntary, with consequences for non-compliance potentially leading to access denial. The document notes that the final decision on granting access lies with the Base Commanding Officer, who must follow strict vetting protocols, including checks against national crime databases. The outlined process ensures that only eligible individuals can access DoD installations while maintaining security and safety within these facilities.
    This document serves as an invitation to bid for the sale of government property, specifically scrap steel rail lines and scrap wooden railroad ties, from the Naval Weapons Station (NWS) in Seal Beach. Bidders must submit their proposals through certified carriers, as email, fax, or hand-delivered submissions are not accepted. The bids are to be expressed as a percentage of the market price per gross ton of scrap steel, according to the American Metal Market Export Yard Buying Price for #1 heavy melt in the Los Angeles area, assessed on the fifth business day of each month. The form includes designated spaces for bidders to specify their bid amounts, as well as sections for the bidder’s name, signature, and company information. The structure highlights the formalities required for participation in government procurement processes, aligning with common practices in federal and local RFPs. Overall, the document emphasizes compliance with bidding protocols and the valuation of scrap materials, aiming to facilitate a transparent sale of government assets.
    The document outlines an Invitation to Bid (ITB) for the acquisition of scrap steel and wooden railroad ties at the Naval Weapons Station in Seal Beach. Bids are due by 2:00 PM on April 29, 2025, with a site visit scheduled for April 22, 2025. The successful bidder must possess necessary equipment and experience, subject to government verification, and must pay a 20% deposit based on an estimated total of 1,800 gross tons of material. The project duration is 180 days from the issuance of a Notice to Proceed, which happens within 30 days post-bid award. Key aspects include collusion warnings, submission guidelines delineating acceptable bid formats, the criteria for bid acceptance focused on value and technical capability, and rejection rights for the NRSW QRP office. The document aims to ensure fair competition, clear procedural compliance for bidders, and outlines penalties for potential violations, emphasizing the government’s commitment to a transparent recycling program.
    Similar Opportunities
    Invitation to Bid for Miscellaneous Non-Ferrous Scrap Metals (Gaylords) at Naval Base San Diego
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is inviting bids for the sale of miscellaneous non-ferrous scrap metals located at Naval Base San Diego, California. Bidders are required to submit prices per pound for various lots of metals, including Monel, copper, brass, aluminum bronze, titanium, and Inconel 718, by December 15, 2025, at 12:00 P.M. Pacific Time. This procurement is part of the Navy Region Southwest Qualified Recycling Program, emphasizing the importance of recycling and proper disposal of materials, with all lots sold "as is" for scrap purposes. Interested bidders must ensure compliance with payment and pickup requirements, and can direct inquiries to Carlos Rosas or Javier Garcia via the provided contact details.
    Scrap Metals
    Dept Of Defense
    The Department of Defense, specifically the Commanding Officer at Marine Corps Air Station Beaufort, is soliciting bids for the purchase and removal of a minimum of 100,000 lbs. of assorted scrap metals under Solicitation Number MBF2026001. Bidders are required to handle the loading and transportation of the scrap metals, with the government reserving the right to adjust the quantity by 10 percent. This procurement is significant as it supports the recycling efforts of the Qualified Recycling Program (QRP) and contributes to environmental sustainability. Interested parties must submit their bids by December 23, 2025, at 2:00 PM EST, and can contact Elon J. Wenrick at elon.wenrick@usmc.mil or Amber Dutton at amber.dutton@usmc.mil for further information.
    Non-Ferrous/Ferrous Metal Sale
    Dept Of Defense
    The Department of Defense, through the Marine Corps Base Hawaii (MCBH) Qualified Recycling Program, is offering an opportunity for the sale of surplus ferrous and non-ferrous metals, specifically steel and aluminum scrap. Bidders are invited to submit proposals for approximately 7,500 to 10,000 pounds of ferrous metal and 12,500 to 15,000 pounds of non-ferrous aluminum, with bids due by January 1, 2026, at 10:00 am Hawaii Standard Time. This sale is part of the recycling efforts to manage surplus materials effectively, and successful bidders will be responsible for material removal within 14 days of notification, following payment to the U.S. Department of Treasury. Interested parties should contact Patrick Crile at Patrick.Crile@usmc.mil or Ryan LaLonde at Ryan.D.LaLonde.mil@usmc.mil for further details and are encouraged to inspect the materials prior to bidding.
    Agriculture Outlease for NWS Seal Beach Parcel 4B01
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is inviting bids for the agricultural outlease of approximately 764 acres of land at Naval Weapons Station Seal Beach, California, specifically Parcel 4B01. The lease encompasses around 560 farmable acres, 200 acres designated for grazing and maintenance, and 4 acres for laydown, with a firm term of four years starting from February 1, 2026, to January 31, 2030, and includes six optional one-year extensions. This opportunity is significant for agricultural operations, as it allows for the cultivation and maintenance of crops while adhering to environmental regulations and military land use requirements. Interested bidders must submit sealed bids by December 17, 2025, at 2:00 PM Pacific Time, and can direct inquiries to Brad Stevenson at (619) 705-4477 or via email at bradley.a.stevenson6.civ@us.navy.mil.
    IFB 33-5054 - METALLIC and NON-METALLIC SCRAP SALE, BARSTOW, CA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is inviting bids for the sale of metallic and non-metallic scrap located in Barstow, California, under Invitation for Bid (IFB) No. 33-5054. This procurement involves a three-year term contract for various scrap materials, including iron, steel, textiles, and aluminum, with bidders required to submit proposals using Standard Forms SF114 and SF114A by the closing date of January 6, 2025, at 1:00 p.m. EST. The successful bidder will be determined based on the highest unit price bid per line item and must comply with federal, state, and local regulations, including undergoing a pre-award survey for environmental responsibility. Interested parties can contact Linda Selby at linda.selby@dla.mil or Todd Koleski at todd.koleski@dla.mil for further information.
    Agriculture Outlease for NWS Seal Beach Parcel 4A01
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is offering a lease for agricultural purposes at Naval Weapons Station Seal Beach, California, specifically for Parcel 4A01, which encompasses approximately 1,134 acres. The lease is structured with a firm term of four years, from February 1, 2026, to January 31, 2030, and includes options for six additional one-year extensions, emphasizing the need for agricultural use while adhering to environmental regulations and military activities. Interested bidders must submit sealed bids by December 17, 2025, at 2:00 PM Pacific Time, along with a bid deposit and completed documentation, including an Agricultural Lease Defense Production Act Questionnaire. For further inquiries, bidders can contact Brad Stevenson at (619) 705-4477 or via email at bradley.a.stevenson6.civ@us.navy.mil.
    Sale of Chipped Wood
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Anniston Army Depot (ANAD), is seeking bids for the sale of approximately 50,000 pounds of chipped wood per week, primarily sourced from scrap pallets and lumber. The contractor will be responsible for the removal of this material, which is 99.9% metal-free and suitable for uses such as boiler fuel and mulch, and must comply with all relevant safety and environmental regulations. Bids will be accepted on a per-pound basis, with a contract duration of one year and four option years, and interested parties must submit their bids by 4:00 PM CDT on December 18, 2025. For inquiries, bidders can contact Amber Burdett at amber.e.burdett.civ@army.mil or 256-240-3002.
    D-10300 Sandy Run Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the D-10300 Sandy Run Pay-As-Cut Timber Sale at Marine Corps Base, Camp Lejeune, North Carolina. This procurement involves the purchase and removal of timber, with bids due by January 8, 2026, at 2:00 PM local time, requiring a bid deposit and performance bond of $25,000 each. The timber sale is designed to facilitate the harvest of merchantable timber for construction and silvicultural projects, emphasizing responsible harvesting practices and environmental compliance. Interested bidders should contact Mark Moran at mark.j.moran.civ@us.navy.mil or Thomas Austin Powell at thomas.a.powell@usmc.mil for further details.
    Western Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.
    IFB 33-5059 - METALLIC and NON-METALLIC SCRAP SALE, FAIRBANKS, AK
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is offering a three-year term contract for the sale of metallic and non-metallic scrap located at Fairbanks, Alaska, under Invitation for Bid (IFB) 33-5059. Bidders are required to submit sealed bids by January 5, 2026, at 1:00 p.m. EST, and must agree to pay for and remove the property within 90 calendar days of bid acceptance, adhering to environmental regulations and handling requirements outlined in the bid documents. This sale is significant for recycling efforts and the management of surplus government property, with the government guaranteeing minimum quantities of scrap and providing options for contract extensions. Interested parties can contact Linda Selby at linda.selby@dla.mil or Todd Koleski at todd.koleski@dla.mil for further information.