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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Scrap Disposal - Guam
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for a contract focused on scrap disposal operations in Guam. The selected contractor will be responsible for providing comprehensive services including scrap removal, demilitarization, mutilation, de-manufacturing, disposal, and recycling of various materials, ensuring compliance with environmental regulations and safety standards. This contract is particularly significant as it supports military installations in the Santa Rita region and may involve additional pickup locations as designated by the contracting officer. Proposals are due by 3:00 PM EST on January 15, 2026, and interested parties should direct their submissions and inquiries to Bradley Moehlig and Michael Mamaty via email.
    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.
    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.
    Southeast Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the Southeast Regional Hazardous Waste (HW) Incineration contract, which involves the removal, transportation, thermal treatment, and disposal of various regulated hazardous wastes from U.S. Department of War and U.S. Coast Guard installations across seven southeastern states. The contract will cover a range of waste types, including Resource Conservation and Recovery Act (RCRA) regulated materials, non-RCRA wastes, and Toxic Substance Control Act (TSCA) regulated wastes, emphasizing compliance with federal and state regulations throughout the waste management process. This indefinite delivery/indefinite quantity (IDIQ) contract is anticipated to have a 30-month base period from March 2026 to September 2028, with an option for an additional 30 months, and proposals are due by 12:00 PM EST on December 15, 2025. Interested parties should direct inquiries to Elizabeth Roberts at elizabeth.roberts@dla.mil or Raymond Empie at raymond.empie@dla.mil.
    59--DISCHARGER,ELECTROS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 62 units of the Electros Discharger, identified by NSN 5920013470728. This solicitation is part of a combined synopsis/solicitation and is crucial for maintaining electrical and electronic equipment components within military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received by the specified deadline of 468 days after order. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    Harrisburg Site Cleanup
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting bids for the cleanup of the Harrisburg site in Pennsylvania, focusing on debris removal and mutilation services. The contractor will be responsible for the systematic removal, shredding, and disposal of scrap metal and other debris, with the goal of restoring the site to its original condition within three months of contract award. This project is critical for ensuring compliance with environmental regulations and proper disposal of materials, with all work to be conducted within a 50-mile radius of the DLA Susquehanna site. Interested small businesses must submit their quotes by 1:00 p.m. EST on the specified deadline, and can contact Matthew Wonch at matthew.wonch@dla.mil or Esteban Gancer at Esteban.M.Gancer@dla.mil for further information.
    HVF Precious Metals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the destruction of classified information technology (IT) equipment under the contract FA9401-23-P-0031. The procurement focuses on the disposal of computers, servers, peripherals, and other items that have been in contact with U.S. Government classified information, requiring compliance with specific destruction standards. HVF Precious Materials has been identified as the sole contractor capable of fulfilling these requirements due to its approval by the Air Force Office of Special Investigation (AFOSI) and its proximity to Kirtland Air Force Base, which minimizes transportation costs and time for government personnel. Interested parties can reach out to Elizabeth Ongstad at elizabeth.ongstad@us.af.mil or Nathaniel Bovell at nathaniel.bovell@us.af.mil for further information.
    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.
    70--DISK DRIVE UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    Joint Base Lewis-McChord Commercial Recycling Service
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.