Ammunition Disposal
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Justice (DOJ), Office of the Inspector General (OIG), is conducting a Sources Sought to identify qualified sources for ammunition disposal services. This market research aims to gather information on industry capabilities for the proper destruction and disposal of approximately 130,000 rounds of excess ammunition across multiple OIG locations. Responses are due by February 23, 2026, at 7:00 am ET.
Scope of Work
The requirement involves the destruction of approximately 130,000 rounds of .40 and .38 caliber ammunition, totaling an estimated 4,800 lbs. This includes about 85,000 frangible rounds and 44,000 tactical rounds. Services will encompass destruction, shipping, and handling, along with providing a certificate of destruction and signing OIG's excess documentation.
Ammunition is located at various OIG facilities, requiring coordinated shipping from:
- Arlington, VA
- Atlanta, GA
- Chicago, IL
- Grand Prairie, TX
- Houston, TX
- New York, NY
- Sunrise, FL
- Trenton, NJ
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS: 562211 - Hazardous Waste Treatment and Disposal ($47.0 Million SBA Size Standard)
- PSC: F108 - Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support
- Set-Aside: None specified (market research to determine potential set-aside)
- Response Due: February 23, 2026, at 7:00 am ET
- Published: February 13, 2026
Submission Requirements
Interested vendors must submit a capabilities statement, limited to ten pages, addressing:
- Contractor name, address, point of contact (phone, email)
- Business size (small or other than small)
- Unique Entity Identifier (UEI)
- Capabilities statement demonstrating ability to satisfy the requirement
- Estimate price range for the requirement
- Small Business Classification (if applicable)
- FSS/GSA or GWAC Contract number (if applicable)
Responses should be sent via email to Contracting Officer Johao Stewart at Johao.Stewart@usdoj.gov, referencing Announcement 15G1AC26N00000003. Vendors must be registered in SAM.
Additional Notes
This notice is for information and planning purposes only and does not constitute a solicitation. The government will consider all feedback, which may lead to revisions of requirements, one-on-one market research discussions, and the identification of a procurement strategy, including a set-aside. No direct responses to questions will be provided at this time.