Centralized Waste Processing System
ID: 040ADV-25-R-0028Type: Combined Synopsis/Solicitation
Overview

Buyer

UNITED STATES GOVERNMENT PUBLISHING OFFICEUNITED STATES GOVERNMENT PUBLISHING OFFICEAcquisition ServicesWashington, DC, 20401, USA

NAICS

Waste Treatment and Disposal (56221)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: SEWAGE AND WASTE FACILITIES (C1ND)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The United States Government Publishing Office (GPO) is seeking proposals for the design, delivery, and installation of a centralized waste processing system at its Secure Production Facility (SPF) located within NASA's Stennis Space Center in Mississippi. The objective is to replace four existing independent waste management systems with a fully automated solution that integrates seamlessly with current production equipment, ensuring the secure handling of waste materials generated during the production of sensitive identification documents. This procurement is critical for enhancing operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste could halt production. Interested contractors must submit their proposals by January 12, 2026, following a mandatory site visit on December 2, 2025, and should direct inquiries to Rebecca Nichols at rnichols@gpo.gov. The contract is anticipated to be a Firm-Fixed-Price type, with evaluations based on the best value tradeoff process.

    Point(s) of Contact
    Rebecca Nichols
    rnichols@gpo.gov
    Files
    Title
    Posted
    This document is an amendment to Solicitation Number 040ADV-25-R-0028 from the GPO, dated November 4, 2025. The amendment, 040ADV-25-R-0028-C0001, primarily addresses questions submitted by potential offerors and revises several key dates and technical specifications. The closing date for questions has been extended to December 9, 2025, and the proposal submission deadline is now January 12, 2026. An alternate site visit is scheduled for December 2, 2025. The document clarifies that this is a new contract with no incumbent. Significant changes include expanding the potential equipment space, GPO's commitment to provide roof-mounted equipment support, and updated deliverables and schedules for various project phases. Risk mitigation strategies L and N are now optional. The purpose of this amendment is to provide responses to the questions submitted.
    This amendment (040ADV-25-R-0028-C0002) to solicitation 040ADV-25-R-0028 provides responses to submitted questions, extending the offer receipt date. It clarifies that the GPO does not have preferred vendors for installation but lists previously worked contractors for general, electrical, and mechanical services. The document also details that the GPO space expansion project is managed by NASA and the United States Army Corps of Engineers, with Birmingham Industrial Contractors as the general contractor and specific subcontractors for roofing, electrical, and mechanical work. Additionally, it provides approximate sizes and weights for various types of waste particles (Type A to F) related to performance requirements. All other terms and conditions of the original document remain unchanged.
    The U.S. Government Publishing Office (GPO) is seeking proposals for RFP No. 040ADV-25-R-0028 to design, deliver, and install a centralized waste processing system at their Secure Production Facility (SPF) within NASA's Stennis Space Center. This system will replace four existing independent waste management units, handling secure waste like passport materials. Key requirements include full automation, air conveyance for waste transport, onsite disintegration and briquetting to eliminate incineration, and preventing the misprocessing of finished goods. The system must fit within a 37-foot by 46-foot area and feature redundant disintegrators and a dual-headed briquetting machine, each capable of processing 350 pounds of waste per hour, with scalability to 450 pounds per hour. The project requires a Firm-Fixed-Price contract, with mandatory and optional CLINs covering equipment, design, materials, labor, and multi-year maintenance. A mandatory site visit is scheduled for November 19, 2025, and proposals are due by December 9, 2025. The selected contractor must comply with NASA's stringent security and structural approval processes and ensure the system is operational by May 15, 2026.
    The document outlines a comprehensive pricing summary sheet for a government RFP, detailing mandatory and optional CLINs (Contract Line Item Numbers) for a waste system project. Mandatory CLINs cover equipment (including hurricane tie-downs), preliminary and final waste system design, materials, labor/installation (including travel), construction contingency, and tariffs. Optional CLINs include maintenance services and spare parts replacement for years one through four after the initial one-year warranty. The document provides detailed lists for equipment (e.g., separators, disintegrators, fans, dust collectors, VFDs, PLC hardware), design components (preliminary/final design, engineering support), materials (steel supports, ducting, electrical materials), and labor (fabrication, installation, electrical, mechanical, machine installation, training, project/site management). The overall structure requires contractors to complete tabs for Equipment, Design, Materials, Labor, Other, and Bill of Materials (BOM) to populate the final price summary. This RFP seeks detailed cost breakdowns for all aspects of the waste system's implementation and ongoing support.
    This document outlines the stringent security requirements for contractors working on the GPO Renovation project at Stennis Space Center (SSC), MS. Contractors must adhere to NASA Plant Protective Services procedures, with additional details provided at preconstruction meetings. Access to SSC is coordinated via the Contracting Officer's Representative, and all personnel, vehicles, equipment, and materials are subject to search and authorization. Significant entry delays are expected, especially at higher security levels, and contractors are responsible for staying informed of security conditions. Vehicles must have valid registration and insurance, and construction vehicles in Zone 2 (MCA) require company logos. Non-compliance can lead to arrest. The badging system includes 30-day escort non-picture badges initially, with non-US citizen approval taking 3-6 months for unescorted access. All personnel must pass a background check for non-escort or PIV badges. Picture badges are issued on a first-come, first-served basis, with potential delays to be factored into bids. Badges are non-transferable and must be returned upon project completion.
    The GPO's Attachment J.4 Past Performance Questionnaire is a critical document for evaluating contractor performance in federal solicitations (Solicitation No. 040ADV-25-R-0028). It serves as a comprehensive tool for both contractors to provide project details and for evaluating organizations to assess performance across various metrics. The form covers essential contractor information such as name, contract number, project name, value, and type. The evaluation section uses a rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Observed) to assess quality, overall performance, schedule, technical requirements, cost control, subcontracting, and customer satisfaction (in both routine matters and unexpected difficulties). Additionally, it gauges the likelihood of repeat business and requests details on contractor strengths, weaknesses, and other completed projects. This questionnaire is designated as SOURCE SELECTION SENSITIVE INFORMATION, underscoring its importance in the procurement process by providing a standardized method for assessing past performance, which is crucial for informed award decisions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    RE-POST: Stennis MS Mini Mart Cafe zero cost contract services
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking proposals for a no-cost contract to provide Mini Mart Café services at its Stennis Space Center location in Mississippi. The selected vendor will be responsible for offering a variety of food and beverage options, including healthy choices, to support the needs of approximately 100 employees working in a fast-paced environment, with services required 24 hours a day. This initiative aims to enhance employee satisfaction and productivity, with compensation derived solely from customer purchases rather than direct contract payments. Proposals are due by January 16, 2026, at 5:00 PM CDT, and interested parties should direct inquiries to Paige Menard at pmenard@gpo.gov.
    Print Mail Facility Notice Envelopes
    Buyer not available
    The United States Government Publishing Office is seeking qualified vendors to produce Print Mail Facility Notice Envelopes, as outlined in a Combined Synopsis/Solicitation. The procurement involves various operations including composition, electronic prepress, printing, construction, packing, and distribution of the envelopes. These envelopes are essential for the effective communication and dissemination of information by the government. Interested parties can find complete specifications and further details at the provided GPO link, and may contact David Love at dlove@gpo.gov or 202-512-0104, or Antonio Mozie at amozie@gpo.gov or 202-679-5919 for additional inquiries.
    Government Publishing Office FY26 Equipment Inspection
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking a NETA-certified vendor to provide inspection, testing, and repair services for electrical equipment at its Washington, DC campus, encompassing a total area of 1.5 million square feet. The procurement involves a Firm Fixed Price (FFP) contract for the inspection and maintenance of 96 low voltage and 52 medium voltage circuit breakers, as well as 26 protective relays, with the aim of ensuring reliable power control and mitigating risks associated with electrical failures. Interested vendors must submit their quotes electronically by December 15, 2025, at 5:00 pm EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, requiring an 'Acceptable' rating for the technical approach and 'Satisfactory' for past performance. For further inquiries, potential offerors can contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov.
    D951-M On-site Services (R-1) (A-1)
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking proposals for on-site services through a Multiple Award Task Order Contract (MATOC) under the D951-M (R-1) Umbrella Contract. This solicitation aims to qualify contractors capable of providing a range of services, including copying, printing, scanning, and mailing solutions, at various Federal Government facilities both within the contiguous United States (CONUS) and outside (OCONUS). The awarded contractors will compete for individual task orders, with the Government reserving the right to limit competition when deemed necessary. Interested contractors should designate a single point of contact for task order requests and can find complete specifications and additional details at the GPO's vendor website. For inquiries, contact Lauren Helming at lhelming@gpo.gov or APS/ACS at apsacs@gpo.gov.
    Various Mailers
    Buyer not available
    The United States Government Publishing Office is seeking qualified vendors to produce various mailing packages for five distinct mailer groups, which include letters (notices and/or bills), inserts, business return envelopes (BRE), and mail-out envelopes. The procurement requires comprehensive services such as electronic prepress, printing, variable imaging, binding, construction, gathering and inserting, and distribution of the mailers. These services are crucial for effective communication and distribution of government information to the public. Interested parties can find complete specifications and further details at the provided link, and they may contact Stacy Bindernagel at sbindernagel@gpo.gov or by phone at 202-512-2103 for additional inquiries.
    Short-Run Copying
    Buyer not available
    The United States Government Publishing Office is seeking contractors for a federal contract titled "Short-Run Copying," which involves the production of flat forms and books on a fast schedule. The procurement requires services such as color and black copying, CD copying, binding, labeling, packing, and delivery, emphasizing the need for efficient turnaround times. These services are critical for the timely dissemination of government publications and materials. Interested parties can find complete specifications and additional details at the provided link, and they may contact Felicia Buchko at fbuchko@gpo.gov or Chuck Szopo at cszopo@gpo.gov for further inquiries.
    Advance Notices - Site G -Managed Services Support for Government-Owned Pharmaceutical, Medical Supplies, and Medical Equipment
    Buyer not available
    The General Services Administration (GSA) is planning to procure Managed Services Support for Government-Owned Pharmaceutical, Medical Supplies, and Medical Equipment at Site G, with a Request for Proposal (RFP) expected to be released in February 2026. This procurement will involve services related to the storage, management, maintenance, and logistics of medical products within the U.S. The GSA will host a Virtual Industry Day on December 16, 2025, followed by Virtual Due Diligence sessions on December 17 and 18, 2025, to provide interested Industry Partners (IPs) with insights into the requirements and to facilitate technical inquiries. Interested parties must submit a signed Non-Disclosure Agreement (NDA) by December 12, 2025, to receive draft RFP documents and participate in the sessions. For further information, contact Natalia Belinsky at natalia.belinsky@gsa.gov or Elizabeth Steiner at elizabeth.steiner@gsa.gov.
    433-244 Statement of Annuity Paid
    Buyer not available
    The United States Government Publishing Office is seeking qualified vendors to provide three different types of mailers (CSA 1099R, CSF 1099R, and CSF 1099R-LS) as part of a federal contract opportunity. The mailers, which measure 8-1/2 x 15-7/8 inches and fold down to 8-1/2 x 3-3/4 inches, require computerized imaging of variable data at a minimum resolution of 240 dpi, utilizing either jet spray or electrostatic methods. These mailers are crucial for the distribution of important financial information, and interested parties can find complete specifications and details on the procurement process at the provided GPO link. For inquiries, vendors may contact Lisa Hollingsworth at lhollingsworth@gpo.gov or Antonio Mozie at amozi@gpo.gov, with the primary contact number being 202-512-0220.
    433-234 Notices of Annuity Adjustment for Annuitants
    Buyer not available
    The United States Government Publishing Office is seeking qualified vendors to provide three different mailers (RI 20-53, RI 25-23, and RI 38-38) as part of a combined synopsis/solicitation. The mailers are required to be 9 x 16-3/8” in flat size, folding down to 9 x 3-3/4” with a 1-1/8” sealing flap, and must include computerized imaging of variable data at a minimum resolution of 240 dpi, utilizing either jet spray or electrostatic methods. These mailers are crucial for communicating annuity adjustments to annuitants, ensuring they receive timely and accurate information. Interested parties can find complete specifications at the provided GPO link and should direct inquiries to Lisa Hollingsworth at lhollingsworth@gpo.gov or Antonio Mozie at amozi@gpo.gov, with the primary contact number being 202-512-0220.
    RBG0001-26 RBG/ SBG Support
    Buyer not available
    The Department of Justice, through UNICOR, Federal Prison Industries, Inc., is seeking proposals for the RBG0001-26 RBG/SBG Support contract, which focuses on providing technical expertise and support for maintaining R2:V3 and RIOS certifications for their Recycling Business Group factories. The contractor will be responsible for various tasks, including product evaluation, sourcing, financial management, and inmate supervision within a correctional environment, requiring a minimum of two years of relevant experience in electronics recycling factory management. This opportunity is a total small business set-aside, with proposals due by December 16, 2025, at 2:00 PM EST, and all inquiries should be directed to Joshua Hassler at joshua.hassler2@usdoj.gov. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with mandatory security requirements and federal regulations.