Anniston Army Depot DEMIL A Light and Heavy Steel 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 Light and Heavy Steel Scrap generated at ANAD in Anniston, Alabama. This contract has a three (3) year base period with two (2) one-year option periods. Bids are due by March 3, 2026.
Scope of Work
This opportunity involves the removal, transportation, and recycling of Government-generated ferrous scrap metal, which may include structural steel, plate, machinery, maintenance equipment, and incidental commingled materials. The material is sold strictly for recycling, and the resale or reuse of scrap as functional or usable property is prohibited. This acquisition supports operational continuity, installation space management, environmental compliance, and mission readiness at a high-tempo military installation.
Contract Details
Award will be made through sealed bidding procedures. While price is the only comparative evaluation factor, the apparent high bidder must 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. A mandatory pre-bid site visit is required for bid responsiveness; only attendees will be eligible for award. Site access requires advance registration.
Key Updates (Modification One)
Modification One to Solicitation 2-1-QSC-T-26-035 clarifies language in the Invitation for Bids (IFB) and Surveillance Plan (SP). Key changes include:
- Surveillance Plan: Revised language for Agency Government Representative (AGR) oversight to apply to Agency facilities identified in the IFB.
- Performance Bond: The required performance bond amount has been updated to $104,480.00.
Important Notes
All interested parties are responsible for reviewing the complete Invitation for Bids (IFB), Surveillance Plan, appendices, and supporting documentation available on GSA Auctions at: https://gsaauctions.gov/auctions/preview/355931. Failure to comply with the entire IFBSP package may result in bid rejection. The IFB is the controlling and authoritative document.
Key Dates
- Response Date: March 3, 2026
- Published Date: March 12, 2026