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
    GPO TWIC Pin Mailers
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for the procurement of TWIC PIN Mailers, which are essential for the high-volume issuance of secure federal smart card credentials, specifically the NexGen TWIC Cards, on behalf of the Transportation Security Agency (TSA). The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) Delivery Orders, awarded to the lowest-priced technically acceptable offeror, with a maximum order quantity of 3,000,000 mailers over a five-year period. These mailers play a critical role in the secure delivery of Personal Identification Numbers (PINs) necessary for activating TWIC cards, which are used for access to sensitive facilities and systems. Interested parties must submit their proposals by January 20, 2026, and direct any questions to Lainey Ash at lash@gpo.gov.
    950S GPOExpress
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a contractor to provide and manage the GPOExpress Program, which serves as a comprehensive printing solution for federal agency customers through a network of local printing outlets. The contractor will be responsible for delivering a variety of services, including digital printing, print-on-demand, binding, order fulfillment, and customer satisfaction management, while implementing an exclusive GPOExpress Card for authorized users. This program is crucial for ensuring efficient and accessible printing services for federal agencies, enhancing their operational capabilities. Interested parties can find complete specifications and further details at the GPO's official website, and inquiries can be directed to Joseph Harrington at jharrington@gpo.gov or Mary Newton at mnewton@gpo.gov.
    RE-POST: Stennis MS Mini Mart Cafe zero cost contract services
    United States Government Publishing Office
    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.
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified contractor for the inspection, testing, and repair of electrical breakers and protective relays at its Washington, D.C. campus, which spans 1.5 million square feet. The contractor will be responsible for periodic testing of critical electrical equipment in accordance with NETA MTS 2023 standards, ensuring safe operations and compliance with safety regulations, including NFPA and OSHA requirements. This procurement is crucial for maintaining the reliability of electrical systems and protecting personnel, with work expected to be completed within 14 weeks from the award date. Proposals are due by December 31, 2025, at 5 PM EST, and interested parties should contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov for further information.
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    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.
    EAD, YCER, BEVE, and eRPA Notices
    United States Government Publishing Office
    The United States Government Publishing Office is seeking contractors for the production of mailing packages, which includes English and Bilingual (Spanish/English) personalized notices, business reply mail (BRM) envelopes, courtesy reply mail (CRM) envelopes, and mail-out envelopes. The procurement involves various operations such as data processing, redevelopment of printing platforms, composition, printing, binding, inserting, packing, and distribution. These services are crucial for effective communication and outreach, ensuring that the government can efficiently manage its mailing needs. Interested parties can find complete specifications and further details at the provided link, and inquiries can be directed to Traci Cobb at tcobb@gpo.gov.
    A/E Design of Freight Elevator #12 at GPO Building A
    United States Government Publishing Office
    The United States Government Publishing Office is seeking qualified architect-engineer firms to provide design services for the installation of Freight Elevator 12 at the GPO Building A in Washington, D.C. The procurement aims to enhance the building's operational efficiency through the design of a new freight elevator, which is critical for the movement of materials within the facility. Proposals will be evaluated based on a best value trade-off analysis, emphasizing technical merit over price, with specific evaluation factors detailed in the solicitation. Interested firms should direct inquiries to Troy D. White at twhite@gpo.gov or Gary Stevens at gstevens@gpo.gov, with the understanding that timely acknowledgment of solicitation amendments is essential to avoid rejection of offers.
    Business Cards
    United States Government Publishing Office
    The United States Government Publishing Office is seeking qualified vendors to produce business cards through a combined synopsis/solicitation process. The procurement requires the establishment of a secure online web-based ordering system, along with services such as typesetting, proofing, 4-color printing, trimming, packing, and delivery of the finished products. Business cards are essential for official communication and branding within government operations, highlighting the importance of quality and professionalism in their production. Interested parties can reach out to Russell Woodmancy at rwoodmancy@gpo.gov or 614-488-4616 x8, or Chuck Szopo at cszopo@gpo.gov or 202-227-8465 for further details regarding the opportunity.
    MOVE! Veteran Workbook IB 10-1234 December 2024
    United States Government Publishing Office
    The United States Government Publishing Office is seeking bids for the proofing, printing, binding, and delivery of the "MOVE! Veteran Workbook IB 10-1234 December 2024." This procurement involves a fixed-price indefinite quantity contract with a total funding amount of $308,600, requiring bidders to submit their maximum quantity bids inclusive of all costs. The workbook will consist of 244 pages plus a separate two-piece cover, printed in four-color process with specific quality and finishing requirements, highlighting its importance in providing essential resources for veterans. Interested parties can obtain complete specifications and bidding instructions at the provided link and should direct inquiries to Thomas Bacon at tbacon@gpo.gov or by phone at 214-767-0451.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963. This opportunity is a total small business set-aside, requiring compliance with military preservation, packing, and marking standards, with all shipments to be delivered Free On Board (FOB) destination to Texarkana, TX. The waste receptacles are essential for maintaining cleanliness and organization in military environments, and the selected contractor will be responsible for all associated testing costs. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil or by phone at 571-588-9006.