Anniston Army Depot DEMIL A Aluminum Scrap Term Contract
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 U.S. General Services Administration (GSA), in coordination with Anniston Army Depot (ANAD), is soliciting sealed bids for a term contract for the recurring removal, transportation, and recycling of DEMIL A Aluminum Scrap at ANAD in Anniston, Alabama. This contract supports the ongoing disposition of scrap materials. A mandatory pre-bid site visit is required for bid responsiveness. Bids are due March 2, 2026.
Scope of Work
This opportunity involves the recurring removal, transportation, and recycling of Government-generated DEMIL A Aluminum Scrap. The scrap stream primarily consists of aluminum, including structural components, plate, sheet, extrusions, manufacturing equipment, aluminum assemblies, and incidental commingled non-ferrous materials. All material removed must be recycled as material content; resale or reuse as functional property is prohibited. This acquisition supports operational continuity, installation space management, environmental compliance, and mission readiness at ANAD.
Contract & Timeline
- Type: Sealed Bids / Term Contract
- Duration: Three (3) year base period with two (2) one-year option periods.
- Set-Aside: None specified.
- Product Service Code: 9680 - Nonferrous Scrap
- Place of Performance: Anniston Army Depot, Anniston, AL
- Bid Due: March 2, 2026, 11:00 AM EST
- Published: March 12, 2026 (last updated)
Evaluation
Award will be made through sealed bidding procedures. Price is the only comparative evaluation factor. However, the apparent high bidder must successfully demonstrate eligibility, responsibility, operational capability, equipment availability, surge capacity, staffing, financial resources, past performance, and compliance with all regulatory and installation requirements. The Government reserves the right to verify bidder capability and perform pre-award inspections.
Additional Notes
A mandatory pre-bid site visit is required for bid responsiveness. Only attendees who comply with access, safety, and security requirements will be eligible for award. Site access requires advance registration. Modification One (1) updated the Invitation for Bids (IFB) and Surveillance Plan (SP). Key changes include clarifying Agency Government Representative (AGR) oversight and specifying a performance bond requirement of $95,767.00. All interested parties must review the complete IFB package on GSA Auctions at https://gsaauctions.gov/auctions/preview/355933.