Anniston Army Depot DEMIL A Stainless 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 DEMIL A Stainless Steel Term Contract for the recurring removal, transportation, and recycling of scrap materials at Anniston, Alabama. A mandatory pre-bid site visit is required for bid responsiveness. Bids are due March 2, 2026.
Scope of Work
This contract involves the recurring removal, transportation, and recycling of DEMIL A Light and Heavy Steel Scrap, primarily Government-generated stainless steel. The scrap stream may include structural components, plate, sheet, machinery, maintenance equipment, stainless assemblies, and incidental commingled materials. All material removed is strictly for recycling; resale or reuse as functional property is prohibited. This acquisition supports operational continuity, space management, environmental compliance, and mission readiness at ANAD.
Contract & Timeline
- Type: Solicitation (Sealed Bids)
- Duration: Three (3) year base period with two (2) one-year option periods.
- Set-Aside: None specified.
- Response Due: March 2, 2026, 11:00 AM EST
- Published: March 12, 2026 (Modification One)
- Place of Performance: Anniston, AL
Evaluation
Award will be made through sealed bidding procedures. Price is the only comparative evaluation factor; however, award is not automatic. 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 bidders who attend and comply with installation access, safety, and security requirements will be eligible for award. Site access requires advance registration. The complete Invitation for Bids (IFB), Surveillance Plan, appendices, and supporting documentation are available on GSA Auctions at: https://gsaauctions.gov/auctions/preview/355932.
Modification One to Solicitation 2-1-QSC-T-26-036 updated the Surveillance Plan (Section 3.3) to clarify Agency Government Representative (AGR) oversight and the IFB (Section 5.3) to specify a performance bond requirement of $4,543.00.