ContractCombined Synopsis/Solicitation

Centralized Waste Processing System

UNITED STATES GOVERNMENT PUBLISHING OFFICE 040ADV-25-R-0028
Response Deadline
Feb 2, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

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 and disposal of waste materials generated during the production of sensitive identification documents. This procurement is critical for maintaining operational efficiency and compliance with stringent security protocols, as any mixing of finished goods with waste can halt production. Proposals are due by February 2, 2026, and interested parties must contact Rebecca Nichols at rnichols@gpo.gov for further information and to confirm participation in the mandatory site visit.

Classification Codes

NAICS Code
56221
Waste Treatment and Disposal
PSC Code
C1ND
ARCHITECT AND ENGINEERING- CONSTRUCTION: SEWAGE AND WASTE FACILITIES

Solicitation Documents

10 Files
040ADV-25-R-0028-C0004 final.pdf
PDF235 KB1/22/2026
AI Summary
This amendment, identified as 040ADV-25-R-0028-C0004, pertains to a solicitation issued by the GPO. Its primary purpose is to extend the closing date and time for proposal submissions. Specifically, the original closing date of January 12, 2026, at 5:00 PM CST, has been revised to January 26, 2026, at 5:00 PM CST. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered. All other terms and conditions of the original solicitation remain unchanged.
040ADV-25-R-0028-C0002 final 11 21 25.pdf
PDF308 KB1/22/2026
AI Summary
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.
040ADV-25-R-0028-C0005.pdf
PDF272 KB1/22/2026
AI Summary
Amendment 040ADV-25-R-0028-C0005 extends the offer receipt deadline for solicitation 040ADV-25-R-0028, originally dated November 4, 2025. This amendment provides responses to submitted questions and clarifies details regarding mandatory site visits. It specifies that two site visit opportunities were provided on November 19, 2025, and December 2, 2025. While amendments C0001, C0002, and C0004 were issued to all offerors, C0003 was exclusively distributed to those who attended the site visit. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered valid.
040ADV-25-R-0028-C0006 01 22 26.pdf
PDF292 KB1/22/2026
AI Summary
This amendment, control number 040ADV-25-R-0028-C0006, serves to extend the closing date and time for proposal submissions for solicitation number 040ADV-25-R-0028. Originally set for January 26, 2026, at 5:00 PM CST, the new deadline is now February 2, 2026, at 5:00 PM CST. This modification is issued pursuant to FAR 52.243-1 Changes-Fixed-Price. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered.
5. 040ADV-25-R-0028 RFP final 11 04 25.pdf
PDF1120 KB1/22/2026
AI Summary
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.
5.1 Attachment J.1 Price Template Revised 10 24 25.xlsx
Excel30 KB1/22/2026
AI Summary
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.
5.2 Attachment J.2 Full Building Model floorplan.pdf
PDF68 KB1/22/2026
AI Summary
The provided document appears to be a schematic or floor plan detailing various areas, particularly focusing on 'AREA OUTSIDE SPF TENANT AREA' and specific points labeled 'B' and 'E'. Key features include a 'LOADING DOCK / REAR ENTRANCE', 'FRONT ENTRANCE', and 'REAR OF BUILDING' indications. There are also mentions of 'NEW WASTE PROCESSING PENDING CONSTRUCTION' and an 'APRON AOR WANDLER 12'. The document indicates power specifications like 'Ert. 15 kw/tv' and 'Ert. 30 ba/hr'. The overall purpose seems to be an architectural or engineering layout, possibly for a government facility or a proposed development, detailing different zones and utilities for planning or an RFP response.
5.3 Attachment J.3 NASA Security Specs.pdf
PDF52 KB1/22/2026
AI Summary
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.
J.4 Past Performance.docx
Word20 KB1/22/2026
AI Summary
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.
040ADV-25-R-0028-C0001 final 11 18 25.pdf
PDF390 KB1/22/2026
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 4, 2025
amendedAmendment #1· Description UpdatedNov 18, 2025
amendedAmendment #2· Description UpdatedNov 21, 2025
amendedAmendment #3· Description UpdatedJan 12, 2026
amendedAmendment #4· Description UpdatedJan 20, 2026
amendedLatest Amendment· Description UpdatedJan 22, 2026
deadlineResponse DeadlineFeb 2, 2026
expiryArchive DateFeb 17, 2026

Agency Information

Department
UNITED STATES GOVERNMENT PUBLISHING OFFICE
Sub-Tier
UNITED STATES GOVERNMENT PUBLISHING OFFICE
Office
Acquisition Services

Point of Contact

Name
Rebecca Nichols

Place of Performance

Stennis Space Center, Mississippi, UNITED STATES

Official Sources