Scrap Disposal - Guam
ID: SP450026R0003Type: Solicitation
Overview

Buyer

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

NAICS

Other Nonhazardous Waste Treatment and Disposal (562219)

PSC

HOUSEKEEPING- WASTE TREATMENT/STORAGE (S222)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file defines key terms related to scrap material management and demilitarization processes in Guam, likely for a federal government Request for Proposal (RFP) or contract. It outlines roles such as Certifier, Contracting Officer (KO), and Contracting Officer’s Representative (COR), and describes entities like DLA Disposition Services Guam and Forward Collection Sites (FCS). Critical terms defined include Demilitarization (Demil), De-manufacturing (Deman), Mutilation, and Segregating/Sorting, all pertaining to the destruction and processing of government surplus property. The document also specifies different types of materials, such as Classified Items, Hazardous Material (HM), Hazardous Waste (HW), Material Potentially Possessing an Explosive Hazard (MPPEH), Oversized Items, and Solid Waste. Other definitions cover operational aspects like Containers, Incineration, Quality Assurance, Staging Area, and Task Order, providing a comprehensive glossary for managing scrap and sensitive government property.
    The DD Form 1155,
    Attachment 4, titled "Guam Scrap," outlines the DLA Disposition Services sites and operating hours in Guam. The primary DLA Disposition Services site is located at BLDG 631 Connellee Lane, U.S. Naval Base, Santa Rita, Guam 96915. Its operating hours are Monday through Friday, from 08:00 a.m. to 15:00 p.m., with a lunch closure from 11:30 a.m. to 12:30 p.m., excluding U.S. Government holidays. The document notes that these hours may change during the contract period, with CORs informing the contractor of any adjustments. For forward collection sites, operating hours will be provided upon the issuance of a task order, and contractors are advised to check with the COR.
    The document "Attachment 5 Guam Scrap" is a Shipment Receipt/Delivery Pass, DLA FORM 1367, used for tracking the removal of property. This form is essential for federal government processes related to property disposal, likely as part of a federal RFP or contract for scrap material. It details critical information such as the purchaser or agent, the originating activity, invitation and contract numbers, and a description of the material, unit, and quantity released. The form also includes sections for shipment type (partial or final), time loaded, vehicle license number, and signatures of the releasing disposal representative and the purchaser. Security personnel complete sections for time shipment leaves the installation and sentry's initials, ensuring a secure and documented transfer of government property.
    The document SP4500-21-D-0006, Attachment No. 01, outlines the schedule of prices for a 30-month option period for scrap collection site management in Guam. It details various types of scrap materials to be collected, including unprepared heavy melting iron and steel, insulated copper wire, copper with foreign attachments, brass, transformers, stainless steel, fired aluminum, irony aluminum, mixed copper, lead-acid batteries, brass (fired), electrical appliances, wood scrap, concrete, bricks, clay, crockery, plastics, rubber tires, and commercial/passenger vehicles. The schedule also includes services like
    The document is not a government file but rather an error message indicating that the PDF viewer may not be able to display the document's content. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and further assistance. This message is a technical instruction for resolving display issues and not a part of any federal government RFPs, federal grants, or state/local RFPs.
    The “Transporter Qualification Review Application” (DRMS I 4160.14) is a federal government form from Disposition Services designed for carriers seeking approval as DLA-approved transporters. The application requires detailed information about the transporter’s name, ID, address, and primary waste transporter permit numbers. Key sections focus on motor carrier safety, including Federal Motor Carrier Safety Administration (FMCSA) USDOT numbers, audit dates, and a three-year history of safety violations or hazardous materials incidents. It also assesses risk mitigation measures, such as hazardous materials safety training programs and insurance coverage for general, property, bodily injury, and pollution liability. The form verifies if all loads are transported by company-owned/leased vehicles and if services involve marine vessels or international transportation, requiring specific licenses. The application concludes with sections for company representation and DLA verification, ensuring compliance with federal transportation safety and environmental regulations.
    The document, titled "Guam Scrap Attachment 10 Dual-Use MHE," provides an inventory of Material Handling Equipment (MHE) located in Guam. It lists various pieces of equipment, including a Front End Loader and several forklifts with different weight capacities (4K, 15K, and 25K). For each item, the document specifies the manufacturer, year, model, and a DLA registration number. The manufacturers mentioned include Volvo, Crown, Toyota, and Hyster, with Mitsubishi also noted for some 4K forklifts. This inventory likely serves as an attachment to a larger government file, potentially related to federal RFPs or asset management, detailing available equipment for specific operations in Guam.
    The document outlines a comprehensive Price Schedule for services and materials in Guam, categorized into two main sections. Category 1 CLINS (Contract Line Item Numbers) include project management, scrap collection site management, calibration of truck and smaller scales, and Defense Base Act Insurance for a 30-month period. It also covers the handling of various scrap metals like Irony Aluminum, Insulated Copper Wire and Cable, Clean Copper, and Fired Brass. Category 2 CLINS detail the management of materials such as Iron and Steel Scrap, Commercial Autos/Trucks/Trailers, Industrial Rubbish Trash/Debris, Appliance White Goods, Rubber tires/scrap, All plastics, and Wood Scrap. The document also provides an extensive list of SCL (Scrap Commodity List) codes with detailed descriptions and characteristics for a wide range of materials, including paper, textiles, various metals, electronic waste, batteries, plastics, and hazardous materials, along with notes on merged SCLs and their magnetic properties.
    This Performance Work Statement outlines the requirements for a contractor to manage scrap materials in Guam for the Defense Logistics Agency Disposition Services (DLA DS). The contract is a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity agreement for scrap removal, demilitarization (DEMIL)/mutilation (MUT), de-manufacturing, disposal, and recycling services. Key responsibilities include managing collection sites, weighing, transportation, obtaining necessary licenses, and complying with all applicable U.S., international, and local environmental laws. The contractor is also responsible for proper disposal, recycling, and submitting various reports, including accounting, collection, shipping, and hazardous material/waste reports. Special services cover demilitarization/mutilation and incineration, with strict certification and surveillance requirements. The contract emphasizes safety, environmental controls, and the proper handling of potentially hazardous materials, while also detailing personnel requirements and security measures for access to military installations.
    The DLA Disposition Services Electronic Proposal Guidance outlines the mandatory procedures for submitting electronic offers for federal government RFPs, especially for hazardous waste disposal solicitations. Proposals must be emailed in specific formats (Microsoft Office, PDF, HTML) to the Primary Point of Contact, with strict subject line requirements including the solicitation number, company name, and closing date. Each email has a 5MB size limit, allowing for multiple messages. Offerors are responsible for ensuring virus-free submissions and verifying receipt before the deadline, as extensions for blocked proposals will not be granted. Password-protected offers require prior password submission. Proposals for hazardous waste disposal must be submitted in two distinct electronic volumes: Volume I for Certifications and Price Schedule, and Volume II for Past Performance Information. Pricing must be a single unit price per line item, with zero-dollar pricing unacceptable and unit prices rounded to two decimal places. Past performance information requires details on up to three contracts within the last two years, including subcontractor work, and references must submit a PPI questionnaire directly to the government. Site visits require appointments made two working days in advance, and remarks during visits do not alter the solicitation terms. Offers are firm for 90 calendar days.
    This document outlines the source selection method for government contracts, emphasizing a best value trade-off process where non-price factors, specifically past performance, are significantly more important than price. Proposals will be evaluated based on past performance and price reasonableness. For award purposes, the total evaluated price will include the base period, option periods, and an additional 20% of the last priced performance period's value for evaluation-only extension possibilities. Past performance evaluation involves assessing recency (within 2 years), relevance in scope, magnitude, and complexity, and quality of performance, using a Performance Confidence Assessment. The government may use various sources for past performance information, including CPARS and other agencies, and will consider negative information even if not submitted by the offeror. Offerors without a past performance record will not be assessed favorably or unfavorably. The government may prioritize evaluating proposals with the most competitive pricing, potentially not reviewing non-price factors for higher-priced proposals if a lower-priced, highly-rated proposal is deemed sufficient.
    The Past Performance Information (PPI) Questionnaire is a critical document for DLA Disposition Services' Solicitation No. SP450026R0003, which seeks hazardous waste removal, transportation, and disposal services. This questionnaire, to be completed by references, evaluates an offeror's past performance in areas such as quality of product/service, adherence to schedule, management effectiveness, and regulatory compliance. It uses an adjectival rating scale (Exceptional to Unsatisfactory) with detailed definitions, requiring specific examples for high or low ratings. Offerors are responsible for ensuring references submit the completed document by the due date. The information collected is considered Source Selection Sensitive, emphasizing the importance of objective and thorough evaluations for future contract awards.
    This document outlines the mandatory process for contractors to obtain, manage, and return Common Access Cards (CACs) when working under a government contract. It details a multi-step procedure starting with completing DLA Form 1728 and DoD Form 1172-2, followed by online verification via the Trusted Associate Sponsorship System (TASS) and CAC issuance at a Real-Time Automated Personnel Identification System (RAPIDS) office. Contractors must notify the Contracting Officer's Representative (COR) or Contracting Officer (CO) upon CAC issuance, establish control procedures to prevent unauthorized use, and immediately report lost or stolen CACs to both the COR/CO and local police. Procedures for renewing expiring CACs and turning them in upon contract completion or employee termination/reassignment are also specified. Non-compliance can lead to severe penalties, including work stoppage, payment delays, and negative performance reviews.
    This attachment to RFP SP450026R0003 outlines two key Federal Acquisition Regulation (FAR) provisions. FAR 52.209-7, "Information Regarding Responsibility Matters," requires offerors with active federal contracts and grants exceeding $10,000,000 to disclose specific information in the Federal Awardee Performance and Integrity Information System (FAPIIS). This includes criminal convictions, civil or administrative fault findings resulting in monetary penalties above set thresholds, or dispositions by consent with acknowledged fault, all within the last five years in connection with federal contract or grant performance. FAR 52.229-11, "Tax on Certain Foreign Procurements – Notice and Representation," addresses a 2% tax on payments to foreign persons for goods or services provided in non-treaty foreign countries. Offerors must declare their foreign person status and, if applicable, state their exemption claim using IRS Form W-14, which must be submitted with the offer to avoid full withholding.
    The document outlines the additional contract terms and conditions for Solicitation SP4500-26-R-0003, incorporating various clauses and provisions by reference from the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Defense Logistics Acquisition Directive (DLAD). Key FAR clauses cover gratuities, personal identity verification, System for Award Management, safeguarding information systems, and contract terms related to statutes or executive orders, including prohibitions on certain confidentiality agreements, hardware/software from specific entities (Kaspersky Lab, ByteDance), and telecommunications equipment. It also addresses small business utilization, labor standards (convict labor, equal opportunity, minimum wage, paid sick leave), and payment terms. Important FAR clauses provided in full text detail ordering procedures (minimum order $1,000, maximum single item $200,000, total $500,000), indefinite quantity contracts, and options to extend services (up to 6 months) and the contract term (total 60 months). DFARS clauses cover whistleblower rights, antiterrorism training, cybersecurity (Safeguarding Covered Defense Information, NIST SP 800-171), and prohibitions on business with certain foreign entities (Maduro Regime, Xinjiang Uyghur Autonomous Region, Russian Fossil Fuel, foreign-made UAS). Full text DFARS clauses mandate electronic submission of payment requests and receiving reports via Wide Area WorkFlow (WAWF), detailing definitions, submission methods, and routing instructions. DLAD clauses incorporate contractor personnel security and OPSEC. Contact information for primary and alternate contacts is provided.
    Lifecycle
    Title
    Type
    Scrap Disposal - Guam
    Currently viewing
    Solicitation
    Similar Opportunities
    DEMILITARIZATION/MUTILATION AS CONDITION OF SALE (DCOS/MCOS) SCRAP RESIDUE SALE, IFB 33-5060, Grayling Air Gunnery Range, Frederic, MI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is offering a one-time sale of Demilitarization/Mutilation as Condition of Sale (DCOS/MCOS) scrap residue from the Grayling Air Gunnery Range in Frederic, Michigan. This opportunity involves approximately 2,550,000 pounds of metallic and non-metallic scrap, with bidders required to demilitarize and mutilate the property on-site under government oversight, adhering to strict environmental compliance and DCOS/MCOS procedures. The contract will be awarded to the highest responsive and responsible bidder, with a closing date for offers set for February 5, 2026. Interested bidders should contact Mike Card at michael.card@dla.mil or Adam Hughston at Adam.Hughston@dla.mil for further details and must ensure compliance with all federal, state, and local regulations throughout the bidding and contract performance process.
    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, aimed at the removal, transportation, thermal treatment, and disposal of various regulated wastes from U.S. Department of War and U.S. Coast Guard installations across seven southeastern states. The contract will cover a range of hazardous waste types, including RCRA and non-RCRA materials, and will be structured as a firm-fixed price, indefinite delivery/indefinite quantity (IDIQ) contract, with a base period anticipated from March 2026 to September 2028, followed by a 30-month option period. Proposals are due by December 15, 2025, at 12:00 PM EST, and must be submitted via email to the primary contact, Elizabeth Roberts, at elizabeth.roberts@dla.mil. Interested parties should review the attached documents for detailed requirements, evaluation criteria, and pricing schedules.
    Furniture Removal Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking contractors to provide furniture removal services at the Naval Support Activity Philadelphia, specifically at Building 4D. The project involves dismantling and removing approximately 380 items of office furniture, including workstations, chairs, filing cabinets, and kitchen appliances, to facilitate renovations and upgrade to modern ergonomic furniture. This initiative is crucial for ensuring a smooth transition while minimizing disruption to ongoing operations, with an emphasis on responsible disposal and recycling of materials. Quotations are due by January 15, 2026, and interested parties should direct technical questions to the primary contact, Jenna Greensweig, at Jenna.Greensweig@dla.mil, or the secondary contact, Cecilia Geraghty, at Cecilia.Geraghty@dla.mil, by January 11, 2026.
    IFB 33-5062 - Scrap Tires Sale, San Antonio, TX
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is inviting bids for the sale of scrap tires located in San Antonio, Texas. This procurement aims to establish a three-year public sales contract to divert tires from landfills and reduce disposal costs, with a guaranteed minimum quantity of 150,000 lbs and a maximum of 1,080,000 lbs of vehicular and aircraft tires. Bidders must comply with federal acquisition regulations and DLA's Sale by Reference pamphlet, ensuring adherence to environmental and safety standards. Proposals are due via email by January 12, 2026, at 1:00 PM EST, and interested parties can contact Shawn Ricketts or J'Leace Nichols for further information.
    Scrap Fired Cartridges (Deformed)
    Dept Of Defense
    The Department of Defense, specifically the Commanding General of the Department of the Navy, is offering for sale 45,000 pounds of scrap fired small arms cartridges (deformed) located at Camp Lejeune, North Carolina. Interested buyers must be U.S. citizens eligible for export licenses and are required to submit bids by January 12, 2026, at 2:00 PM EST, with the government reserving the right to reject any bids and awarding the contract to the highest responsive bidder. The cartridges, which consist of brass and are .50 caliber and below, are important for recycling and material recovery efforts, and buyers must comply with all transportation, safety, and environmental regulations while assuming full liability for the material upon purchase. For further details, bidders can contact Gary J. Denson at gary.j.denson@usmc.mil or by phone at 910-451-2037.
    DLA Distribution Djibouti, Africa Warehouse and Distribution Services
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking contractors to provide warehouse and distribution services at the DLA Distribution Djibouti facility in Africa. The primary objective of this procurement is to ensure efficient management and execution of receiving, storage, inventory, packaging, and distribution of sustainment cargo for customers in the region. These services are critical for maintaining operational readiness and support for military operations, as the Djibouti Distribution Center serves as a key logistics hub. Interested contractors should note that proposals are due by January 21, 2026, with questions accepted until October 26, 2025. For further inquiries, contact David Gilson Jr. at david.gilson@dla.mil or Benjamin Bailey at benjamin.bailey@dla.mil.
    GSA Fleet Lease Vehicle Auction & Marshalling Services Guam
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services in Guam, with a contract period from April 1, 2026, to March 30, 2027. The procurement aims to modernize GSA Fleet's vehicle sales model, enhance public participation, and leverage vendor expertise, particularly in managing electric vehicles and associated infrastructure. This opportunity encompasses a wide range of tasks, including vehicle inspections, marketing, electronic inventory management, and customer service, with a focus on maximizing proceeds from vehicle sales. Interested parties must submit their responses to the Request for Information (RFI) by January 26, 2026, and direct any inquiries to Jeff Whelpley at jeffrey.whelpley@gsa.gov.
    GARBAGE COLLECTION AND DISPOSAL SERVICES FOR U.S. EMBASSY PHILIPPINES
    State, Department Of
    The U.S. Department of State is soliciting proposals for garbage collection and disposal services for the U.S. Embassy in the Philippines, under Request for Quotations number 19RP3826Q0018. The contract will encompass a firm-fixed-price agreement with a 12-month base period, four one-year options, and a six-month extension option, requiring the contractor to manage waste collection from various embassy locations while adhering to local waste segregation laws and safety protocols. Interested vendors must submit their quotations electronically by January 30, 2026, at 4:00 p.m. Philippine time, and are required to attend a pre-quotation conference and site visit on January 12, 2026. For further inquiries, potential offerors can contact Jewela S. Acuzar or Michael Warren at ManilaContracting@state.gov or by phone at +63253012000.
    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.
    DLA Disposition Services Anniston Drain and Purge Services
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors to provide drain and purge services for military and commercial vehicles at its Anniston, Alabama facility. The contractor will be responsible for transporting equipment, draining hazardous fluids, and ensuring proper disposal in compliance with all applicable regulations, while maintaining stringent security measures at their facility. This contract includes a 12-month base period with four additional option periods, and interested parties must submit their capabilities and facility information to James Isola at james.isola@dla.mil by January 19, 2026, at 3:00 p.m. EST.