ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Scrap Disposal - Guam

DEPT OF DEFENSE SP450026R0003
Response Deadline
Feb 27, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for a contract focused on scrap disposal services in Guam. The contractor will be responsible for managing scrap materials, including collection, demilitarization, mutilation, de-manufacturing, recycling, and disposal, in compliance with all applicable environmental regulations. This procurement is crucial for maintaining efficient waste management and recycling processes at DLA Disposition Services sites and Forward Collection Sites in the Santa Rita region of Guam. Proposals are due by 3:00 p.m. Eastern Time on February 27, 2026, and interested parties should direct inquiries to Bradley Moehlig at Bradley.Moehlig@dla.mil or Michael Mamaty at Michael.Mamaty@dla.mil.

Classification Codes

NAICS Code
562219
Other Nonhazardous Waste Treatment and Disposal
PSC Code
S222
HOUSEKEEPING- WASTE TREATMENT/STORAGE

Solicitation Documents

24 Files
Attachment 1 _ Price Schedule Guam Scrap.xlsx
Excel43 KBFeb 19, 2026
AI Summary
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.
Attachment 2 _ PWS Guam Scrap.pdf
PDF930 KBFeb 19, 2026
AI Summary
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.
Attachment 3 _ Addenda to 52.212‐1.pdf
PDF189 KBFeb 19, 2026
AI Summary
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.
Attachment 4 _ Addenda to 52.212‐2.pdf
PDF120 KBFeb 19, 2026
AI Summary
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.
Attachment 5 _ PPI Questionnaire.pdf
PDF805 KBFeb 19, 2026
AI Summary
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.
Attachment 6 _ CAC Application Process.pdf
PDF166 KBFeb 19, 2026
AI Summary
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.
Attachment 7 _ FAR Provision Fill-ins 26R0003.pdf
PDF151 KBFeb 19, 2026
AI Summary
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.
Attachment 8 _ Terms and Conditions 26R0003.pdf
PDF232 KBFeb 19, 2026
AI Summary
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.
Attach 2 PWS - Definitions Guam Scrap.pdf
PDF125 KBFeb 19, 2026
AI Summary
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.
Attach 3 PWS - Form dd1155 - Copy.pdf
PDF77 KBFeb 19, 2026
AI Summary
The DD Form 1155,
Attach 6 PWS - 2025 work history.xlsx
Excel82 KBFeb 19, 2026
AI Summary
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
Attach 7 PWS - DLA Form 2507 TSDF QFL Application - Copy.pdf
PDF1861 KBFeb 19, 2026
AI Summary
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.
Attach 8 PWS - DLA Form 2503 Transporter Qualification - Copy.pdf
PDF188 KBFeb 19, 2026
AI Summary
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.
Attachment 1 _ Price Schedule Guam Scrap 2.xlsx
Excel43 KBFeb 19, 2026
AI Summary
This government file outlines the price schedule and detailed descriptions of various scrap materials and services for a project in Guam, likely related to federal government RFPs. It includes a base period and an optional period, with line items for project management, scrap collection site management, and scale calibration services. The document meticulously categorizes different types of scrap, such as industrial rubbish, irony aluminum, various grades of copper, iron and steel, white goods, wood, rubber, and plastics, along with estimated quantities. It also specifies procedures for demilitarization/mutilation (DEMIL/MUT) and defines numerous SCL (Scrap Classification List) codes with detailed descriptions for paper, textiles, various metals (aluminum, brass, copper, lead, iron, steel, precious metals), batteries, and hazardous materials like asbestos. The file is crucial for understanding the scope of work and pricing structure for waste management and scrap material handling in accordance with government regulations.
Attachment 2 _ PWS Guam Scrap 2.pdf
PDF234 KBFeb 19, 2026
AI Summary
The “Guam Scrap” Performance Work Statement outlines a federal government contract for comprehensive scrap material management services in Guam. The contractor is responsible for collecting, transporting, demilitarizing (DEMIL), mutilating (MUT), de-manufacturing, recycling, and disposing of scrap and recyclable materials from Defense Logistics Agency Disposition Services (DLA DS) sites and Forward Collection Sites. This firm-fixed-price, indefinite delivery/indefinite quantity contract emphasizes environmentally responsible and compliant operations, excluding hazardous materials except for incidental hazardous components during DEMIL/MUT processes. Key responsibilities include managing collection sites, weighing materials, ensuring proper transportation and disposal, complying with all applicable laws and regulations (U.S., international, and local), and submitting detailed reports. The contract also covers personnel requirements, security protocols, and procedures for misidentified items and environmental controls. The overall goal is to enhance scrap disposal management, reduce government investment, increase recycling, and maximize economic offsets.
Attach 4 PWS - Pick-up Locations.pdf
PDF91 KBFeb 19, 2026
AI Summary
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.
Attach 5 PWS - DLA Form 1367.pdf
PDF156 KBFeb 19, 2026
AI Summary
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.
Attach 9 PWS - Dual U.S. Government Equipment.pdf
PDF627 KBFeb 19, 2026
AI Summary
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.
Attach 9 PWS QASP Guam Scrap.pdf
PDF130 KBFeb 19, 2026
AI Summary
The Quality Assurance Surveillance Plan (QASP) for Defense Logistics Agency Disposition Services (DLA DS) Guam Scrap outlines the surveillance methods and acceptable performance levels (APLs) contractors must meet. It details APLs for timely performance in establishing collection points, scale calibration, inventory removal, compliant disposal, demilitarization, and post-removal documentation. The primary surveillance method is through Contracting Officer’s Representative (COR) reporting, which includes identifying the negative impact of performance failures. The QASP also addresses excusable delays, where contractors are still deemed to have met APLs. Non-compliance can lead to measures like contract termination, non-exercise of options, or early contract ending. Additionally, the COR monitors vendor compliance with Combating Trafficking in Persons (CTIP) clauses annually. This plan ensures quality performance and compliance throughout the contract lifecycle for DLA DS Guam scrap operations.
Attach 10 PWS - Dual U.S. Government Equipment.pdf
PDF627 KBFeb 19, 2026
AI Summary
This document, titled "Guam Scrap Attachment 10 Dual-Use MHE," is a list of Material Handling Equipment (MHE) located in Guam. It details various types of equipment, including front-end loaders and forklifts of different capacities (4K, 15K, 25K). For each piece of equipment, the document provides the manufacturer's name, year of manufacture, model, and a DLA registration number. The consistent mention of "Guam Scrap" alongside each entry suggests that this inventory is related to an operation involving scrap materials in Guam, likely for an RFP related to federal government assets or operations.
Attach 11 PWS DLA Form 1822.pdf
PDF2276 KBFeb 19, 2026
AI Summary
The provided document indicates that it requires Adobe Reader 8 or higher for viewing and that the user's current environment may not be properly configured. It directs users to a specific Adobe link for instructions on how to install Adobe Reader and configure their viewing environment. The document itself is not a government RFP, federal grant, or state/local RFP, but rather an error message related to document access. Therefore, no summary of an RFP, grant, or solicitation can be provided from this content.
Attach 12 PWS CPR DLA 2533.pdf
PDF1 KBFeb 19, 2026
AI Summary
The provided document indicates that the proper contents could not be displayed, suggesting an issue with the user's PDF viewer. It advises upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux, with links provided for download and further assistance. The document also includes trademark information for Windows, Mac, and Linux. This file serves as a troubleshooting guide for accessing other government documents, ensuring users can properly view important information related to RFPs, grants, or other government-issued files.
Attach 13 PWS DL2505.pdf
PDF1 KBFeb 19, 2026
AI Summary
The provided document indicates that it cannot be loaded without Adobe Reader 8 or higher. Users are advised that their viewing environment may not be properly configured or that they may not have the necessary software installed. For instructions on how to install Adobe Reader and configure their viewing environment, users are directed to a specific Adobe website. This document serves as a technical notification regarding software requirements for viewing its content.
Attach 14 PWS DLAI 6055.1 En 4.pdf
PDF12 KBFeb 19, 2026
AI Summary
Enclosure 4, titled 'SOH Risk from Contractor Operations,' outlines the Defense Logistics Agency's (DLA) responsibilities and protocols regarding contractor safety and health. DLA's role is generally limited to protecting its own operations, personnel, facilities, and equipment, with contractors primarily responsible for their own employees' safety and public protection, unless otherwise specified in contracts. The document details that DLA, MSC, and OCONUS Regional Commanders can establish additional oversight, balancing potential benefits of reduced mishaps against legal liabilities. It emphasizes clearly stating DoD responsibilities in contract language. Furthermore, the enclosure addresses enforcement inspections of contractor operations on DLA facilities, noting that contractors are subject to federal and state safety and health officials. DLA SOH personnel are granted access to contractor operations, and contractors must respond to citations. The document also provides procedures for federal and state safety and health inspections, including advance notice, DoD installation access, and protocols for secure areas, including security clearances and restrictions on photography. Finally, it states that contractors are responsible for resolving issues related to citations and requests for delays or exemptions from safety and health standards.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 15, 2025
amendedAmendment #1· Description UpdatedJan 13, 2026
amendedAmendment #2· Description UpdatedJan 28, 2026
amendedAmendment #3· Description UpdatedFeb 9, 2026
amendedLatest Amendment· Description UpdatedFeb 19, 2026
deadlineResponse DeadlineFeb 27, 2026
expiryArchive DateMar 14, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA DISPOSITION SERVICES - EBS

Point of Contact

Name
Bradley Moehlig

Place of Performance

Santa Rita, Guam, UNITED STATES

Official Sources