e-RECYCLING DEMILITARIZATION/MUTILATION ASCONDITION OF SALE (DCOS/MCOS) SCRAP ELECTRONICS RESIDUE SALE
ID: RFTP-33-4012Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA DISPOSITION SERVICESBATTLE CREEK, MI, 49037-3092, USA

NAICS

Recyclable Material Merchant Wholesalers (423930)

PSC

MISCELLANEOUS ITEMS (9999)
Timeline
  1. 1
    Posted Sep 27, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 23, 2025, 12:00 AM UTC
  3. 3
    Due Feb 10, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified firms to participate in the e-Recycling Demilitarization/Mutilation as a Condition of Sale for scrap electronics residue. This procurement involves a fixed-price contract for the processing and disposal of electronic scrap, with a minimum guaranteed quantity of 60 million pounds over a base period of 60 months, and potential options for additional quantities. The contract aims to ensure responsible management of electronic waste while adhering to national security and environmental regulations. Interested parties must submit their technical proposals by 3:00 p.m. EST on January 27, 2025, and may direct inquiries to Hannah Blattner at hannah.blattner@dla.mil or Edwin Moreland at Edwin.Moreland@dla.mil.

Files
Title
Posted
Jan 23, 2025, 5:04 PM UTC
This document outlines the organization and location of various field sites operated by the Defense Logistics Agency (DLA) Disposition Services across different regions in the United States. It provides a comprehensive overview of the DLA's headquarters, centralized demilitarization divisions, and several regional offices, including those in California, Texas, the Midwest, the Northeast, and the Southeast. Each listed site represents strategic locations for DLA operations, facilitating services related to defense logistics and management of disposed military assets. The revision date indicates the document's currency, as of November 22, 2023. Overall, this information is fundamental for understanding the logistical framework and operational reach of the DLA, relevant for potential RFPs and funding opportunities within federal and state programs that may engage these facilities in future projects or partnerships.
Jan 23, 2025, 5:04 PM UTC
The document provides a comprehensive overview of the annual disposal metrics for various DLA Disposition Services sites over a three-year period (CY2021-2023). It lists 30 locations, detailing total and average disposal weights measured in pounds, highlighting substantial differences in disposal volumes. Key facilities such as DLA Anniston, Barstow, and Susquehanna show particularly high disposal rates, with Susquehanna reflecting the highest total of 10,604,215 pounds and an average of 3,534,738 pounds per year. The report suggests variations in disposal volumes across different sites, which could indicate differences in operational capacities or needs for asset management and logistics. The inclusion of sites with transportation-providing capabilities indicates a broader logistical approach to support military and defense disposal needs. Overall, this report serves as a crucial resource for monitoring performance in disposal management across federal facilities, potentially informing future RFPs and grant allocations related to waste management and environmental compliance initiatives.
Jan 23, 2025, 5:04 PM UTC
The document details the results of a federal auction (A0008124) for scrap electronics and controlled/non-controlled electronic property across the CONUS (Continental United States). The auction concluded on August 4, 2020, with a total winning bid amount of $0.68001 per pound, covering a quantity of 117,000,000 pounds. The bid history shows multiple participation instances by bidders, including Nicholas Mesick and Garrett Powell, with Mesick ultimately placing the highest bid. The document also provides contact information for the DLA (Defense Logistics Agency) Disposition Services for inquiries and includes a link to the auction site. This summary reflects the auction process for the disposal of government surplus electronic property, indicating a systematic approach in aligning with federal disposal protocols and ensuring transparency in bidding procedures.
Jan 23, 2025, 5:04 PM UTC
The document emphasizes that any images provided by the Agency in connection with a sale are solely for illustrative purposes and may not accurately depict the items or sites available. This disclaimer serves to clarify that prospective buyers should not rely on these images as representations of current conditions. The statement reflects standard practices in government Requests for Proposals (RFPs) and sales processes, where clarity and transparency regarding representations and factual conditions are crucial. As such, it highlights the importance of obtaining accurate information directly from the Agency or other official sources before making purchasing decisions.
Jan 23, 2025, 5:04 PM UTC
The Defense Logistics Agency (DLA) is issuing an Invitation for Bid (IFB) for the sale of e-recycling demilitarization/mutilation scrap electronics residue. This IFB, numbered 33-4012, calls for sealed bids for processing electronic scrap from controlled and non-controlled military grade, as well as commercial grade equipment. Key points include the requirement for a firm fixed price contract based on weight, responsibilities regarding the removal and disposal of scrap at no cost to the DLA, and the provision for the purchaser to use a web-based Quarantine Tool to confirm sales eligibility of items. Additional terms cover the necessity for compliance with national security requirements, environmental regulations, and the provision of suitable facilities for operations. A minimum guaranteed quantity of 60 million pounds of property is assured over the five-year contract term, with a maximum cumulative limit of 320 million pounds. Importantly, any items identified through the Quarantine Tool as controlled must be returned to DLA prior to the contract's end. By issuing this IFB, DLA aims to ensure responsible management of electronic waste while adhering to stringent compliance regulations.
The document addresses bidder inquiries regarding the Invitation for Bids (IFB) 33-4012 related to electronic waste processing. The contract is set as a nationwide solicitation allowing up to two processing sites. Respondents expressed concerns over freight costs and logistics, citing that a single hub for mutilation would be inefficient. The agency clarified that only two sites could be supported due to operational requirements. Additional materials, including historical inventory data for e-recycling, are available as attachments on the agency’s website. Key details include the emphasis on compliance with processing requirements, the need for certified scales at facilities, and the variety of expected electronic waste, including military electronics. The agency maintains that data regarding specific property turned in for disposal is unavailable, as weights are used to track scrap materials. The agency plans to continue updating responses to bidder questions on the solicitation page prior to the bidding deadline of January 27, 2025. This IFB outlines stringent equipment and operational requirements, ensuring bidders are well-informed for their proposals while maintaining transparency in the bidding process.
The document addresses bidder inquiries regarding IFB 33-4012, which solicits contracts for the nationwide processing of electronic waste. The main focus is on clarifying contract logistics, processing requirements, and past contract details, helping bidders formulate competitive proposals. Key points include the specifications for contracting two processing sites, freight logistics adhering to weight loads, and the necessity of certified facilities for material processing. Historical data and attachments provided aim to assist bidders in understanding materials and pricing structures. Additional concerns addressed include equipment requirements for demilitarization, title transfer procedures post-processing, and compliance with cybersecurity standards, all vital to contractors in the electronic recycling domain. The agency emphasizes the importance of pre-bid inspections and provides avenues for submitting further questions, demonstrating transparency throughout the solicitation process. This communication is part of the government’s efforts to ensure efficient disposal and recycling of electronic waste while complying with local, state, and federal regulations.
The document details bidder inquiries and the corresponding agency responses regarding Invitation for Bid (IFB) 33-4012, related to the nationwide contract for electronic residue processing. The main theme centers on clarifications for bidders about contract terms, processing logistics, equipment requirements, historical data, and compliance standards. Key points include the agency maintaining up to two sites for processing, guidelines on transportation logistics and certified scales, and information on required bonding. Bidders expressed concerns about pricing, historical inventory data for accurate bidding, and the necessity of embedded DLA personnel at processing facilities. Additional inquiries involved contract execution, cybersecurity compliance levels, and procedures for material handling, particularly regarding Military Possible Explosive Hazards (MPPEH). Essential attachments referenced include historical data on processing and auction outcomes, which provide insights for bidders to contextualize their bids within past performance. This document serves to illuminate the conditions and expectations for potential contractors in the federal recycling and demilitarization project, facilitating informed and compliant proposals in the context of government procurement processes.
Jan 23, 2025, 5:04 PM UTC
The document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, part of federal regulations due to Section 889 of the John S. McCain National Defense Authorization Act (FY 2019). It prohibits federal agencies from procuring equipment or services reliant on covered telecommunications equipment. Offerors must indicate whether they provide such equipment or services when responding to government solicitations. Key sections define terminology and outline the procurement prohibitions, including exceptions for specific services that do not involve routing user data. Additionally, offerors are required to disclose detailed information about provided covered equipment and services, if applicable. This provision aims to mitigate risks associated with national security and integrity of telecommunications services in federal contracts, ensuring compliance with federal guidelines during the solicitation and contracting processes.
Jan 23, 2025, 5:04 PM UTC
The document outlines the "Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment" clause, introduced in August 2020 under the John S. McCain National Defense Authorization Act. It defines terms such as "covered foreign country," "critical technology," and "backhaul," specifying entities like Huawei and ZTE whose telecommunications equipment are prohibited. This prohibition applies to federal contracts, easing exceptions only for specific services or equipment that do not handle user data or involve substantial components. Contractors must report any identified use of prohibited equipment, detailing actions taken to mitigate use as well as the specific equipment details within stipulated timeframes. The clause mandates inclusion in subcontracts, emphasizing the importance of safeguarding national security from potential risks associated with certain telecommunications services and equipment linked to foreign entities. This document is crucial in the context of government procurement to protect sensitive information and ensure compliance with national security regulations.
The Defense Logistics Agency (DLA) is seeking Technical Proposals for a fixed-price contract regarding the e-recycling demilitarization and mutilation of scrap electronics residue. The proposal deadline is set for January 27, 2025, with a two-step bidding process: first, the submission and evaluation of technical proposals, followed by an invitation for bids from those with accepted proposals. The contract will span six years with an option to extend. Proposals must be submitted digitally and adhere to specified formats, avoiding generalities and ensuring detailed technical knowledge regarding the processing of up to 2,000,000 pounds of military and commercial electronic equipment monthly. Firms must demonstrate their capabilities through thorough responses addressing operational plans, compliance with federal regulations, environmental standards, and strategies for equipment and property handling. Key details such as experience, financial stability, and certifications must also be included. The document emphasizes a structured approach, requiring firms to submit information relevant to the task and detailing their operational methodologies while adhering to stringent security and environmental regulations. This solicitation underscores the agency's commitment to efficient recycling processes for electronic waste while maintaining regulatory compliance.
Jan 23, 2025, 5:04 PM UTC
The document outlines the standard procedures, instructions, and terms associated with the sale of surplus and foreign excess personal property conducted by DLA Disposition Services. Its primary focus is to inform potential bidders about the requirements, responsibilities, and regulations governing property sales, emphasizing the differences between surplus property in the U.S. and foreign excess property. Key topics include bid procedures, payment requirements, refund policies, property inspection guidelines, and storage charges. Specific clauses address bid information, joint bids, and certification of independent price determination to ensure fairness in the bidding process. The pamphlet also outlines responsibilities regarding taxes, customs duties, and compliance with applicable laws, including restrictions on the employment of convict labor and requirements for insurance coverage during contract performance. The document serves as a vital reference for bidders, detailing the obligations and stipulations they must understand to participate effectively in government property sales, ultimately safeguarding governmental interests while facilitating the disposal of surplus items.
Jan 23, 2025, 5:04 PM UTC
The document serves as a Bid Bond form, primarily used when a bid guaranty is required for federal government contracts. It establishes an obligation between the Principal (bidder) and Surety(ies) to guarantee the bid amount to the government. The bond becomes void if the Principal follows through by executing necessary contractual documents and providing stated bonds within specified time frames after a bid acceptance. The form outlines conditions, including that extensions for bid acceptance do not impair the Surety's obligation, and provides a detailed structure for filling out essential information about the Principal, Sureties, and bid specifics. Instructions detail the requirements for properly executing the bond, including identification of the Principal's legal name and address, signature requirements, and liability limits for Sureties. It also specifies that corporate sureties must be approved and that individual sureties require an accompanying Affidavit. The document emphasizes compliance with the Paperwork Reduction Act, noting the OMB control number and estimated completion time. This form is critical for maintaining accountability in federal contract bidding processes, ensuring the government’s interests are safeguarded against potential default.
Jan 23, 2025, 5:04 PM UTC
The document outlines the legal requirements and procedures for a Performance Bond as part of federal contracting obligations. It details that the bond ensures the Principal (the contractor) will fulfill all terms, conditions, and modifications of the contract with the Government. The bond becomes void if the Principal meets these obligations and pays all relevant taxes. The document specifies the necessary information regarding the Principal, Surety(ies), the penal sum for the bond, and conditions that must be adhered to. It includes guidelines for execution, such as the requirement for corporate seals and the necessity of authorized signatures. The Performance Bond is critical for protecting the Government’s interests in construction contracts, ensuring compliance and financial liability coverage if the Principal defaults or fails to complete the project as specified. This form must adhere strictly to Federal guidelines, supporting transparency and accountability in government contracts.
Lifecycle
Title
Type
Similar Opportunities
SCRAP MAGNETS
Buyer not available
The Defense Logistics Agency (DLA) Disposition Services is seeking proposals for the procurement of Scrap Magnets, which are essential for the disposal of excess Department of Defense property. The contract requires the delivery of new Scrap Magnets with specific characteristics, including a diameter of 40” to 42”, a 24-volt system, and lifting capacities of at least 750 lbs for loose materials and 1,700 lbs for solid materials, to be completed within 90 days to Kuwait. This procurement is a total small business set-aside, emphasizing the importance of compliance with federal regulations and safety standards during the execution of the contract. Interested vendors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified date, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
IFB 33-5011 DEMILITARIZATION/MUTILATION AS CONDITION OF SALE (DCOS/MCOS) SCRAP RESIDUE SALE, Susquehanna (Adirondack) Range
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is offering an opportunity for the sale of surplus property, specifically focusing on the demilitarization and mutilation of scrap residue at the Susquehanna (Adirondack) Range in Pennsylvania. This procurement aims to facilitate the sale of recyclable materials, categorized under NAICS code 423930, which are essential for various recycling and material recovery processes. The successful bidder will be responsible for adhering to specific conditions related to the demilitarization of the materials, ensuring compliance with federal regulations. Interested parties can reach out to Nam Nguyen at nam.nguyen@dla.mil or Amber Bruce at amber.bruce@dla.mil for further details regarding the procurement process.
Treatment, Storage, and Disposal Facilities (TSDF) 3rd Party Inspections
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for third-party inspections of Treatment, Storage, and Disposal Facilities (TSDF) handling hazardous waste. The contract, structured as a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), aims to ensure compliance with federal, state, and local regulations regarding hazardous waste management over a five-year term, encompassing both domestic and international sites. This initiative is critical for maintaining environmental safety and regulatory compliance in the management of hazardous materials, thereby supporting the DLA's mission to enhance public safety. Interested contractors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified deadline, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
Sale of Ferrous Scrap Metal
Buyer not available
The Department of Defense, through the Missouri National Guard's Qualified Recycling Program (QRP), is inviting bids for the sale of approximately 40,170 lbs of miscellaneous ferrous scrap metal, organized into 46 pallets. Bidders are required to submit their proposals via email, using the designated SF114F form, and must include a 20% deposit within three days of being notified of a successful bid. This sale represents a one-time opportunity for interested parties to acquire scrap metal, which is essential for recycling and material recovery efforts. The bidding process opens on April 22, 2025, and closes on May 8, 2025, with all inquiries directed to Ethan J. Curtis at Ethan.J.Curtis2.mil@army.mil or Hediberto "Ed" Roman at hediberto.roman.civ@army.mil.
Hazardous Waste Removal and Disposal Italy
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the removal and disposal of hazardous and non-hazardous waste generated at military installations in Italy. The contract encompasses the transportation, treatment, and disposal of waste, requiring compliance with both U.S. and Italian environmental regulations, and includes a firm-fixed price model with a performance timeline of 30 months, plus an option for an additional 30 months. This procurement is critical for ensuring safe and compliant waste management practices, reflecting the government's commitment to environmental stewardship. Proposals are due by 6:00 PM EST on May 9, 2025, and interested parties should direct inquiries to Melissa Herrick at melissa.herrick@dla.mil.
Sale of Scrap #1 Prepared Steel
Buyer not available
The Department of Defense, specifically the Department of the Army, is offering an opportunity for the sale of approximately 200 tons of Assorted Scrap 1 Prepared Steel located at the Sierra Army Depot in Herlong, California. Interested bidders must submit proposals per ton, with a 20% deposit required from the winning offeror prior to the removal of materials, which must occur within six months of the contract's effective date. This sale is significant as it involves recyclable materials, contributing to sustainability efforts, and is governed by strict terms including payment through pay.gov and compliance with federal regulations. Proposals are due by 11 AM Pacific Standard Time on May 8, 2025, and should be submitted electronically to Starla Roberts at starla.a.roberts.civ@army.mil, with any questions directed to her by May 1, 2025.
Puerto Rico Hazardous Waste Disposal Contract
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Puerto Rico Hazardous Waste Disposal Contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations and designated pickup locations. The contract aims to ensure compliance with environmental regulations while managing waste types such as RCRA hazardous wastes, PFAS, and other regulated materials, excluding infectious medical waste and radioactive materials. This procurement is critical for maintaining operational readiness and environmental safety within military operations in Puerto Rico. Interested contractors must submit their proposals by May 5, 2025, and can direct inquiries to Stephen Ngotho at stephen.ngotho@dla.mil or Scott Marko at Scott.Marko@dla.mil.
Refuse and Recycling Services, MI043 (MS) - MI011, MI016, MI023, MI030
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide refuse and recycling services at multiple locations in Michigan under the solicitation titled "Refuse and Recycling Services, MI043 (MS) - MI011, MI016, MI023, MI030." This procurement involves a non-personal services contract that requires the contractor to supply all necessary labor, transportation, equipment, materials, supervision, and other items to fulfill the service requirements as outlined in the Performance Work Statement. The contract period is set to commence on July 1, 2025, and will run until June 30, 2026, with the possibility of four additional twelve-month option periods and a six-month extension for services. Interested parties can reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil or by phone at 502-898-7484 for further details.
ELECTRONIC COMPONEN
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of electronic components under a fixed-price contract. The procurement requires vendors to provide a full repair effort for electronic components, including teardown and evaluation, with a specified turnaround time of 105 days for inspection and acceptance by the government. These components are critical for military applications, emphasizing the importance of quality and compliance with military standards, including restrictions on mercury contamination. Interested contractors should submit their quotes, including repair pricing and any exceptions to the solicitation requirements, to Seana M. Steiner at SEANA.M.STEINER.CIV@US.NAVY.MIL or by phone at 717-605-6561, with all proposals due by the specified deadline.
San Antonio HW Removal and Disposal
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the removal, transportation, and disposal of hazardous waste from military installations in the San Antonio area. The contract encompasses a range of hazardous materials, including RCRA hazardous wastes, non-RCRA wastes, PCBs, and PFAS, with a focus on compliance with environmental regulations and safety protocols. This procurement is critical for maintaining environmental standards and ensuring safe waste management practices within military operations. Proposals are due by April 30, 2025, and interested parties should direct inquiries to Ronald Hobbs at Ronald.Hobbs@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.