SCRAP RESIDUE SALE AT ANNISTON ARMY DEPOT, AL, DEMILITARIZATION AS CONDITION OF SALE (DCOS/MCOS) REQUEST FOR TECHNICAL PROPOSAL (RFTP) No. 33-4031
ID: RFTP-33-4031Type: 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 US Department of Defense is seeking technical proposals for a fixed-price contract to process and remove scrap metal from the Anniston Army Depot in Alabama. The contract, lasting up to 66 months, involves demilitarizing and disposing of approximately 3 million pounds of scrap metal monthly. Companies interested in bidding on this contract should demonstrate expertise in scrap processing and adhere to environmental regulations.

    The procurement aims to ensure the safe and responsible handling of scrap materials, with a focus on compliance with national security protocols for telecommunications and video surveillance technologies. Offerors must submit detailed technical proposals by the deadline, after which only acceptable candidates will be invited to submit sealed bids.

    This opportunity is relevant to businesses specializing in scrap processing and recycling, with an emphasis on security and environmental responsibility. The contract holds potential value for successful bidders, aligning with the government's objective to dispose of surplus military scrap materials efficiently and securely.

    Contact Andrew Wood or Cathy Bagi for more information. Technical proposals are due by 3:00 p.m. EST on August 21, 2024, and interested parties should refer to the attached documents for detailed guidelines.

    Files
    Title
    Posted
    The file details multiple government contracts for the supply of various materials to military sites across the country. The contracts, valid for up to three years, encompass a wide range of goods. These include unsegregated scrap, non-demilitarized non-FSCAP critical FSG/FSC items, and unprepared heavy melting iron and steel, procured in large quantities. The locations mentioned are Anniston, Red River, Tucson, and Warner Robins. Notably, one contract focuses on steel tank track with rubber pads, emphasizing the military application of these acquisitions. The bids seem to be priced per pound, with prices ranging from approximately $0.05 to $0.12 per pound for the mentioned items. The file also contains digital signatures and contact information for a certain Andrew Wood.
    The government seeks a contractor to purchase and dispose of scrap materials from various military locations. The three-year contract, with potential two-year extensions, requires the successful bidder to demilitarize and mutilate the materials, which include metal and non-metal scrap, small arms, and sensitive components. With a focus on safety and environmental compliance, the contractor must have a facility within 50 miles of the DLA Disposition Services Anniston CDD and adhere to strict demilitarization protocols. The contract is awarded through a sealed-bid process, with pricing offered per pound of scrap. Bids are evaluated based on responsibility and responsiveness, with successful bidders vetted for eligibility. The contract contains detailed provisions for billing, payment, and dispute resolution, emphasizing the "as is, where is" nature of the scrap materials.
    The Defense Logistics Agency (DLA) seeks a contractor for a firm-fixed price, off-site demilitarization and mutilation of controlled property. The goal is to process approximately 3 million pounds of scrap material monthly. This includes iron and steel scrap, aluminum, copper, and textile materials, among others. The work involves rendering weapons and sensitive components unusable and ensuring proper disposal. Contractors must have a facility within 50 miles of the Anniston CDD in Alabama, equipped to handle the specified monthly volume. The facility must pass a security inspection and adhere to environmental regulations. Bidders will be evaluated based on their responsibility and the price per unit of issue. The contract duration is 36 months, with two 12-month options and a potential six-month extension. Critical dates include the TBD offer closing date and a 10-day period for the successful bidder to provide post-award information. The billing cycle spans from the 25th of each month to the 24th of the following month.
    The primary objective of this procurement is to obtain representations and certifications from offerors regarding their compliance with Section 889 of the John S. McCain National Defense Authorization Act. This section prohibits the use of certain telecommunications equipment or services deemed as "covered." Offerors must clearly represent whether they will or will not provide such equipment or services and, if so, offer detailed disclosures. This includes identifying the producing entity, equipment or service details, and explanations of their proposed usage. The representation applies both to the performance of contractual obligations and the broader use of such equipment or services within the organization. The focus is on ensuring compliance with national security-related restrictions on telecommunications and video surveillance technologies, and offerors must confirm they are not procuring excluded parties listed in the System for Award Management.
    The Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment is the objective of this procurement. The focus is on avoiding specific telecommunications and video surveillance equipment and services from specified Chinese entities, namely Huawei, ZTE, Hytera, Hangzhou Hikvision, and Dahua. The government aims to procure equipment, systems, or services that do not use these prohibited technologies as substantial or essential components. The RFP outlines a list of definitions related to telecommunications and video surveillance, along with exceptions for certain services and equipment. Contractors are required to report any identified use of covered telecommunications equipment and to ensure this clause is included in subcontracts. The urgency is emphasized by the included key dates, with full compliance required as of August 2020 and additional reporting obligations within set timelines.
    The Defense Logistics Agency seeks technical proposals for a two-step invitation to bid on a fixed-price contract for the term sale of metallic and non-metallic scrap property weighing over 4 million pounds located in Anniston, Alabama. The contract, spanning up to 66 months, involves the demilitarization, removal, and processing of diverse materials, with a monthly processing goal of 3 million pounds. Offerors must demonstrate technical expertise in scrap processing, presenting detailed operational plans for safe and efficient handling, transport, and demilitarization. Key requirements include facilities and equipment plans, capacity to manage hazardous materials, financial stability, and past performance in similar projects. The agency emphasizes environmental compliance and seeks evidence of relevant permits. Proposals are due by 3:00 p.m. EST on August 21, 2024, with the agency providing strict formatting guidelines and specifying prohibited generic responses. Only those submitting acceptable technical proposals will be invited to participate in the second step of the bidding process.
    The Request for Technical Proposal (RFTP)_Anniston_IFB 33-4031 seeks bids from companies interested in processing and removing scrap metal from the Anniston Army Depot. The contract entails handling varying weights of scrap metal, with estimates based on past contracts. Bidders seek clarification on contract specifics, including pricing details, weight expectations, and logistics. The government provides unloading services for its inbound trucks but expects the contractor to load materials bound for their processing facility. Bidders are keen to understand the type of trailers for delivery and seek visual references of the scrap, which the government isn't able to provide. Key areas of inquiry revolve around weight-related payment terms, guarantees, and the designated area for preparing removals at the Depot.
    The government seeks to dispose of surplus personal property through competitive sales. This comprehensive procurement document outlines essential instructions, terms, and conditions governing the sales process. Bidders should carefully review the guidelines, which emphasize the importance of independent price determination and timely payment and removal of purchased property. The government reserves the right to withdraw items and imposes penalties for non-compliance. Key requirements include complying with laws, providing certificates for certain items, and ensuring demilitarization or mutilation of specific property. Procured items include general surplus goods, scrap materials, and hazardous or dangerous items, with bidders responsible for safe transportation and handling. The government encourages bidders to inspect the property and emphasizes the "as is" nature of the sales, with limited warranties. This procurement aims to ensure a fair and competitive process for the disposal of surplus government property, with clear expectations for bidders and successful purchasers.
    Similar Opportunities
    IFB 33-4044 OBSOLETE OIL PRODUCTION EQUIPMENT(METALLIC AND NON-METALLIC SCRAP) ANNISTON, AL
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Disposition Services is soliciting bids for the sale of surplus metallic and non-metallic scrap obsolete oil production equipment located at the Anniston Army Depot in Alabama. This procurement involves a one-time purchase contract for three distinct lots, with a minimum bid of $500,000 per lot and an estimated total value of approximately $34.6 million, $15 million, and $11.6 million, respectively. Bidders are required to physically inspect the property and submit their bids electronically by September 9, 2024, ensuring compliance with environmental and safety regulations. For further inquiries, interested parties can contact Cathy Bagi at catherine.bagi@dla.mil or Andrew Wood at Andrew.J.Wood@dla.mil.
    GOV SCRAP SALE: MCOS / DCOS SCRAP RESIDUE (HY80 ALLOY STEEL), IFB 33-4041, NEWPORT RI
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is offering an opportunity for the sale of surplus scrap residue, specifically HY80 alloy steel, located at Naval Station Newport, Rhode Island, under Invitation for Bid (IFB) 33-4041. Bidders are required to submit sealed bids for a total quantity of 80,000 lbs of scrap material, with a bidding process that emphasizes compliance with legal requirements, including obtaining necessary permits and ensuring environmental safety. This sale reflects the government's strategy to efficiently dispose of surplus materials while maximizing returns, with bids due by October 3, 2024, and an inspection period starting September 4, 2024. Interested parties can reach out to Michael Card at michael.card@dla.mil or Nam Nguyen at nam.nguyen@dla.mil for further information.
    RFTP 33-4046-001 Ships
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified bidders for the sale of three Oliver Hazard Perry Class Frigates located in Philadelphia, PA, as part of the RFTP 33-4046-001 Ships opportunity. Bidders are required to submit un-priced technical proposals that will be evaluated to determine eligibility for the subsequent Invitation for Bid (IFB) process, focusing on the removal, dismantling, and recycling of the vessels while ensuring compliance with federal, state, and local regulations. This procurement emphasizes responsible disposal of naval assets, with a performance period of 24 months that mandates detailed operational and safety plans, including hazardous material management. Interested parties should contact Scott Rogers at scott.rogers@dla.mil or Michael Card at michael.card@dla.mil for further information and to ensure adherence to the bidding instructions outlined in the attached documents.
    Gulf Coast Regional Hazardous Waste Removal
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the Gulf Coast Regional Hazardous Waste Removal and Disposal contract. This procurement involves the removal, transportation, and disposal of hazardous and non-hazardous wastes generated by the government at military installations within a 50-mile radius in the Gulf Coast region, emphasizing compliance with federal, state, and DOT regulations. The contract is crucial for ensuring safe and timely waste management practices that support military operations, with a firm-fixed price structure and a performance work statement detailing specific requirements. Proposals are due by 1500 EST on October 4, 2024, and interested parties should direct inquiries to Raymond Empie at raymond.empie@dla.mil or by phone at 269-961-5034.
    WV009 Clarksburg WV and WV010 Bridgeport WV Refuse and Recycling
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command New Jersey (ACC-NJ), is seeking proposals from qualified contractors to provide refuse and recycling services for two locations in West Virginia: Clarksburg and Bridgeport. The contractor will be responsible for refuse collection and recycling in accordance with the Performance Work Statement at specified addresses, ensuring compliance with local waste management regulations. This procurement is crucial for maintaining cleanliness and environmental standards at military facilities, and it is set aside for small businesses under the SBA guidelines. Interested contractors should contact Lois McFadden at lois.h.mcfadden.civ@army.mil or Rebecca Markell at rebecca.l.markell.civ@army.mil for further details, and must acknowledge the amendment by signing the SF30 when submitting their proposals.
    Refuse and Recycling Services in Nichols, NY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking proposals for refuse and recycling services in Nichols, NY. The procurement aims to award a firm fixed-price purchase order to fulfill solid waste collection needs, as outlined in the attached Performance Work Statement (PWS) and Site Map. This service is crucial for maintaining cleanliness and environmental standards at military facilities. Interested small businesses must submit their proposals by the specified deadline, with an estimated contract start date of approximately September 20, 2024. For further inquiries, potential offerors can contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or Stephanie Howell at stephanie.m.howell2.civ@army.mil.
    Emergency Spill Response
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide emergency spill response services for hazardous materials and waste spills at the Anniston Army Depot in Alabama. The contract involves rapid response to hazardous material incidents, including containment and cleanup of various substances such as petroleum products, acids, and bases, with a requirement for mobilization within four hours of notification. This procurement is critical for ensuring the safety of personnel and the environment during hazardous material incidents, with a contract value potentially exceeding $2 million over its duration. Interested parties must submit their offers by October 7, 2024, and can direct inquiries to Michelle Bundrum at christine.m.bundrum.civ@army.mil or Amber Burdett at amber.e.burdett.civ@army.mil.
    Heavy-Duty High-Capacity Grapple
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the procurement of Heavy-Duty High-Capacity Grapples to be delivered to multiple locations, including Columbus, Battle Creek, Eglin, Red River, and Barstow. The contract requires the delivery of new equipment compatible with specific Volvo Front Loader models, with a strict delivery timeline of 30 business days following the task order receipt, and includes provisions for user manuals and compliance with safety and operational standards. This procurement is critical for enhancing military logistics and operational efficiency, ensuring that the necessary equipment is available for effective operations. Interested vendors must submit their quotes via email by September 22, 2024, at 3:00 PM Eastern Standard Time, and can direct inquiries to Brandon Awkerman or Michael Mamaty at the provided email addresses.
    Hazmat Lockers - Chemical / Flammable
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of hazardous materials (HAZMAT) lockers to be delivered to Fort George G. Meade, Maryland. The requirement includes two types of HAZMAT lockers, specifically one single-door and one double-door flammable unit, with an option for two additional lockers in fiscal year 2025. This initiative is part of a broader effort to enhance the Hazardous Materials Management Program (HMMP) at Fort Meade, ensuring safe and efficient storage and disposal of hazardous materials while complying with environmental and safety regulations. Interested contractors must submit two copies of their proposals, including a fully redacted version, by the specified deadline, and direct any inquiries to David J. Wigtil at david.j.wigtil.civ@army.mil by August 24, 2024, at 11:00 AM Eastern Standard Time.
    Accurpress and Hyd-Mech Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for on-site preventive maintenance, emergency repairs, and replacement parts for Accurpress Press Brakes and Hyd-Mech machines at the Anniston Army Depot in Alabama. The contract requires the selected contractor to provide trained personnel, perform biannual preventive maintenance, and ensure timely emergency support, with a focus on using quality replacement parts and maintaining clear communication with the contracting officer. This procurement is vital for ensuring the reliability and operational readiness of critical machinery used in military operations. Interested small businesses must submit their proposals by September 16, 2024, at 10:00 AM CST, and can contact Johnny Stewart II or Sonja L. Freeman for further information.