Solicitation for Sale of Scrap Steel (Rail Lines) at Naval Weapons Seal Beach
ID: SP001-25-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 Naval Facilities Engineering Command Southwest, is soliciting bids for the sale and recycling of scrap steel rail lines at the Naval Weapons Station in Seal Beach, California. Contractors are required to execute the project within 180 days, adhering to safety guidelines and environmental regulations, while managing waste and ensuring minimal impact on surrounding resources. This procurement is part of the government's recycling initiative, promoting responsible resource use and compliance with stringent safety standards. Interested bidders must submit their proposals by 2:00 PM on March 18, 2025, with a mandatory site inspection scheduled for March 4, 2025; for further inquiries, contact Chris Dominguez at cnrsw-qrp-sales@us.navy.mil or call 619-556-7420.

    Point(s) of Contact
    Chris Dominguez
    (619) 556-7420
    (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 procedural and operational requirements for businesses engaging with the Navy Region Southwest Recycling Program Manager. It defines key roles, such as the Competent Person and Buyer, and establishes regulations regarding work hours, invoicing, and employee conduct. The Buyer is responsible for providing all necessary materials, ensuring safety standards, and maintaining qualified personnel. Emphasis is placed on environmental compliance, including proper disposal of hazardous waste and protection of endangered species. The document mandates regular safety inspections and necessitates immediate corrective actions in case of safety noncompliance. It also outlines expectations for disaster preparedness, energy management, and management of work control systems. Overall, this document serves as a comprehensive guide for contractors to fulfill their obligations while upholding federal and local regulations and ensuring a safe working environment.
    The document outlines the requirements for the Buyer prior to the award of a government contract concerning safety, permits, insurance, and compliance with applicable regulations. The Buyer is responsible for obtaining necessary permits and licenses, while evidence of such compliance must be submitted to the NRSW QRP Manager before work begins. Insurance must be provided within five business days after contract award, covering minimum amounts for general liability, automobile liability, worker's compensation, and employer's liability. A comprehensive Safety Program is mandatory, adhering to U.S. Army Corps of Engineers standards and OSHA regulations. This includes the submission of an Accident Prevention Plan (APP) and Activity Hazard Analyses (AHAs), focusing on identified potential safety hazards and mitigation strategies. Specific safety plans for various processes, such as demolition, transportation, and emergency response, must also be included. Additionally, protocols for accident and damage reporting are established, requiring immediate notification and detailed follow-ups. Overall, the document emphasizes safety, compliance, and responsible management during the performance of governmental work, reflecting the stringent guidelines typical in federal and state RFPs.
    The file outlines an invitation to bid for the sale of scrap steel rail lines at the Naval Weapons Station in Seal Beach, designated as Invitation to Bid # SP 001-25-CD. Bidders are required to submit their bids exclusively through certified carriers, as neither e-mailed, faxed, nor hand-carried submissions will be accepted. Bids should be expressed as a percentage of the U.S. dollar price per gross ton for scrap steel, with the rate based on the American Metal Market Export Yard Buying Price for #1 heavy melt in the Los Angeles area, calculated on the fifth business day of the month. The document includes a bid sheet section where bidders must provide their name, signature, and company details, indicating their authority to represent the bidding company. This bid invitation serves to efficiently facilitate the sale of government-owned scrap materials while ensuring compliance with established procedures for federal procurement.
    The Navy Region Southwest (NRSW) has issued an Invitation to Bid (SP 001-25-CD) for the procurement of scrap steel and rail lines at the Naval Weapons Station in Seal Beach, California. Bids are required to be submitted by 2:00 PM on March 18, 2025, with an inspection scheduled for March 4, 2025. The successful bidder will start work within 30 days of receiving a Notice to Proceed, with a total project duration of 180 days. A 20% deposit based on a gross tonnage estimate of 1,800 GT is mandatory for the winning bidder, who will compete not only based on price but also on the technical capability to perform the work. The bidding process emphasizes competitive integrity, warning against collusion, and requiring all inquiries to be submitted in writing. Bidders must acknowledge any amendments to the bid request and are advised that late proposals will not be accepted. The contract will be awarded to the offeror that presents the most advantageous proposal, with the NRSW reserving the right to reject any or all bids. This procurement initiative reflects the government's commitment to an open competitive bidding process while efficiently managing surplus materials through its recycling program.
    The document outlines a solicitation for the sale and recycling of scrap metal, specifically the removal of rail lines and railroad ties at the Naval Weapons Station in Seal Beach, California. The contractor, referred to as the Buyer, must execute the project within 180 days, adhering to safety guidelines prescribed in the Army Corps of Engineers' manual (EM-385-1-1). Bidders are required to present proposals based on their technical approach and compliance with federal and state regulations, with pricing set against fluctuating market rates for scrap metal. The document details mandatory site visits, submission protocols, evaluation criteria focusing on technical expertise over price, and comprehensive insurance requirements. Specific responsibilities include environmental protection, secure employee identification for site access, and adherence to security protocols. The contractor must manage waste, comply with environmental laws, execute effective cleanup post-project, and restore work sites, ensuring minimal impact on surrounding resources. This procurement aligns with government initiatives for recycling and waste management, promoting responsible resource use while ensuring compliance with stringent safety and environmental standards.
    Lifecycle
    Similar Opportunities
    Invitation to Bid for Non Ferrous Metals (gaylords/pallets) at Naval Base San Diego
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is inviting bids for the sale of non-ferrous metals located at Naval Base San Diego, California. This procurement involves various lots of scrap metals, including aluminum, brass, copper, and bronze, with specific estimated weights provided for each lot. The sale is part of the Navy Region Southwest Qualified Recycling Program, aimed at effectively managing and selling surplus materials to enhance resource recovery processes within federal operations. Interested bidders must submit their bids by 12:00 PM Pacific Time on January 16, 2025, and can direct inquiries to Carlos Rosas at 619-726-4040 or via email at cnrsw-qrp-sales@us.navy.mil.
    IFB 33-5005 - METALLIC AND NON-METALLIC SCRAP SALE, BREMERTON, WA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is inviting bids for the sale of metallic and non-metallic scrap material located at Joint Base Lewis-McChord in Washington. This procurement involves approximately 1.9 million pounds of scrap, with a minimum guaranteed quantity of 500,000 pounds, and bidders are encouraged to inspect the materials prior to submitting their bids. The sale is significant for recycling efforts and the responsible disposal of surplus government property, ensuring compliance with federal regulations and environmental safety measures. Bids must be submitted by March 27, 2025, with an inspection period starting on February 19, 2025; interested parties can contact Linda Selby at linda.selby@dla.mil or Todd Koleski at todd.koleski@dla.mil for further information.
    IFB 33-4064 - MCOS/DCOS SCRAP RESIDUE SALE, EGLIN FL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is inviting sealed bids for the sale of scrap residue resulting from military demilitarization and mutilation operations at Eglin Air Force Base in Florida. Bidders are required to handle various metallic and non-metallic scrap materials under strict environmental and safety regulations, ensuring compliance with federal, state, and local laws during operations. This procurement is crucial for the responsible disposal and recycling of surplus military materials, promoting sustainability and regulatory adherence. Interested bidders must submit their proposals by March 3, 2025, with a public bid opening scheduled for February 12, 2025. For further inquiries, contact Cathy Bagi at catherine.bagi@dla.mil or Elizabeth Beck at ELIZABETH.BECK@DLA.MIL.
    RFTP 33-4052 M/DCOS SCRAP RESIDUE SALE, LETTERKENNY, PA REQUEST FOR TECHNICAL PROPOSAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting technical proposals for the sale of metallic and non-metallic scrap property under Request for Technical Proposal (RFTP) No. 33-4052, located in Letterkenny, Pennsylvania. Contractors are required to submit detailed operational plans that address demilitarization, mutilation processes, transportation logistics, and environmental compliance, ensuring the safe handling of hazardous materials throughout the contract duration. This procurement is crucial for the responsible disposal of government property while adhering to federal, state, and local regulations, with an estimated weight of 42 million pounds of scrap to be processed over three years. Interested parties must submit their proposals by April 8, 2025, and direct any inquiries to Brian Kemp at BRIAN.KEMP@DLA.MIL or Nam Nguyen at nam.nguyen@dla.mil.
    Repair Ammunition Rail Trestle & Culvert, Naval Weapons Station Earle (NWSE), Colts Neck, New Jersey
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified small businesses to provide construction services for the repair of the Ammunition Rail Trestle and culverts at Naval Weapons Station Earle in Colts Neck, New Jersey. The project involves specialized tasks such as compaction grouting, reinstallation of degraded pipe culverts, dewatering, and coordination with Navy railroad operations, with an anticipated construction budget ranging from $10 million to $25 million. This opportunity is crucial for maintaining the operational integrity of the facility's rail infrastructure, and interested firms, particularly those that are service-disabled veteran-owned, veteran-owned, certified HUB-Zone, 8(a), or women-owned, are encouraged to submit their capabilities documents detailing relevant experience by February 27, 2025. For further inquiries, contractors can contact Mary Pool at mary.pool@navy.mil or by phone at 757-341-1650.
    BAR METAL ROUND LEVEL 1
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is seeking proposals for the procurement of Bar Metal Round Level 1, specifically nonferrous metal bars, under a Combined Synopsis/Solicitation notice. The procurement requires compliance with stringent quality assurance standards, including the submission of various certification and inspection reports, such as Ultrasonic Test Reports and Liquid Penetrant Test Reports, to ensure the materials meet military specifications and safety requirements. These metal bars are critical for military applications, necessitating high-quality materials to support operational readiness. Interested contractors must submit their proposals by March 6, 2025, and can direct inquiries to Lina Cruz at LINA.1.CRUZ@DLA.MIL or by phone at 360-813-9267.
    S&RTS Ports of Southern California (SOCAL)
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at military ports in Southern California, specifically at Naval Base Ventura County, Port Hueneme, San Diego, and Naval Air Station North Island. The contract, identified as HTC71125RR003, will cover a performance period from May 1, 2025, to April 30, 2030, and aims to ensure efficient handling of military cargo, including containers, vehicles, and aircraft, while adhering to best commercial practices and strict safety regulations. This procurement is critical for maintaining operational logistics support for military operations, emphasizing compliance with federal standards and the inclusion of small businesses, particularly service-disabled veteran-owned and women-owned enterprises. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Anthony J. Laudano at anthony.j.laudano.civ@mail.mil or Neil Huegen at neil.c.huegen.civ@mail.mil.
    IFB 33-4054 - Mutilation/Demilitarization as Condition of Sale (MCOS/DCOS) SCRAP RESIDUE SALE, CAMP NAVAJO, AZ
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is inviting bids for the sale of demilitarized scrap residue under Invitation for Bid (IFB) 33-4054, located at Camp Navajo, Arizona. This one-time sale involves approximately 50,000 pounds of scrap metal from mobile missile trailers, with strict requirements for demilitarization and compliance with environmental regulations. The procurement emphasizes responsible disposal practices and adherence to federal regulations, ensuring that all bidders understand their responsibilities regarding payment, property inspection, and legal compliance. Bids are due by March 6, 2025, with an inspection period starting on February 19, 2025; interested parties can contact Linda Selby at linda.selby@dla.mil or Todd Koleski at todd.koleski@dla.mil for further information.
    Dumpster Manure Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for dumpster manure services at the Marine Corps Mountain Warfare Training Center (MCMWTC) in Bridgeport, California. The contractor will be responsible for providing a 30-cubic yard dumpster for manure collection, with requirements for efficient delivery and removal services within three business days, barring adverse weather conditions. This procurement is crucial for maintaining sanitation and operational efficiency at the training center, and it emphasizes compliance with federal acquisition regulations while supporting small business participation, particularly from service-disabled veteran-owned and women-owned small businesses. Interested contractors should contact Gabriel Lopez at Gabriel.Lopez@usmc.mil or call 760-932-1544/1666 for further details, and are encouraged to review the attached RFP for specific requirements and evaluation criteria.
    REQUEST FOR PROPOSAL FOR LAND EXCHANGE AND WATER/WASTEWATER INFRASTRUCTURE DIVESTITURE NAVAL STATION NEWPORT NEWPORT, RI
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is issuing a Request for Proposal (RFP) for a land exchange and the divestiture of water and wastewater infrastructure at Naval Station Newport in Rhode Island. The objective is to engage a qualified offeror who can demonstrate experience in operating and maintaining similar infrastructure, ensuring the continuation of services for existing and future tenants at the station. This initiative is part of a broader strategy to optimize resource management and enhance operational efficiency within the Navy's utility services. Interested parties must submit their proposals by 5 PM on February 11, 2025, and can direct inquiries to Chris Nelson at christopher.r.nelson@navy.mil or Heather Stadler at heather.m.stadler2.civ@us.navy.mil for further information.