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
    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.
    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.
    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.
    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.
    DRAFT SOLICITATION HQC00226QE001
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking proposals from Women-Owned Small Businesses (WOSB) for a draft solicitation (HQC00226QE001) to provide Dry, Chill, and Frozen Storage and Transportation Services in Guam. The contract will cover a base year and three option years, with an estimated annual quantity of 1,392 to 2,880 containers, requiring vendors to demonstrate technical capability, staffing plans, and relevant past experience in food storage and transportation. This opportunity is critical for ensuring the efficient supply chain management and distribution of food products to military commissaries, emphasizing compliance with federal and DoD regulations, food safety, and operational continuity. Interested parties must prepare for a virtual oral presentation scheduled between January 16-21, 2026, and can direct inquiries to Mark Gunn at mark.gunn@deca.mil or by phone at 804-734-8000 x 48934.
    IFB 33-5054 - METALLIC and NON-METALLIC SCRAP SALE, BARSTOW, CA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is inviting bids for the sale of metallic and non-metallic scrap located in Barstow, California, under Invitation for Bid (IFB) No. 33-5054. This procurement involves a three-year term contract for various scrap materials, including iron, steel, textiles, and aluminum, with bidders required to submit proposals using Standard Forms SF114 and SF114A by the closing date of January 6, 2025, at 1:00 p.m. EST. The successful bidder will be determined based on the highest unit price bid per line item and must comply with federal, state, and local regulations, including undergoing a pre-award survey for environmental responsibility. Interested parties can contact Linda Selby at linda.selby@dla.mil or Todd Koleski at todd.koleski@dla.mil for further information.
    Regulated Medical Waste Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Health Care Activity, is seeking sources for Regulated Medical Waste (RMW) disposal services to support military medical treatment facilities across the United States, Guam, and Puerto Rico. The procurement aims to identify qualified contractors capable of providing comprehensive RMW removal, transportation, and disposal services, adhering to federal, state, and local regulations, including those for hazardous waste. This initiative is crucial for maintaining health and safety standards within military healthcare environments, ensuring proper handling of potentially infectious materials. Interested parties must submit their capability statements, along with the required Market Research Questionnaire and Experience Reporting Form, to the designated contacts by the specified deadlines, with the contract anticipated to be awarded as a firm fixed price agreement commencing on January 31, 2027.
    Sources Sought Hazardous Waste Removal Alaska
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for a Sources Sought notice regarding hazardous waste removal services in Alaska. The procurement aims to identify businesses capable of handling the removal, transportation, and disposal of various hazardous waste types, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations and surrounding areas within a 50-mile radius. This initiative is crucial for ensuring compliance with environmental regulations and promoting safe waste management practices in military operations. Interested firms must submit a capabilities statement by 5:00 p.m. EST on January 2, 2025, to Michael Mamaty at Michael.Mamaty@dla.mil, with a copy to hazardouscontractswest@dla.mil, including “SOURCES SOUGHT Alaska” in the subject line.
    Turkey Electronic Hazardous Waste
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the removal, transportation, and disposal of electronic hazardous waste generated at the Incirlik Air Base in Turkey. This procurement involves the environmentally responsible disposal of approximately 13,600 KG of electronic waste, including computers and smartphones, with strict adherence to Turkish, EU, and international environmental regulations. The contract will be a firm-fixed-price, indefinite delivery/indefinite quantity (IDIQ) agreement lasting 30 months, starting from January 1, 2026, and proposals are due by the specified deadline, with all inquiries directed to Annette Graham at Annette.Graham@dla.mil.