Centralized Waste Processing System
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. Government Publishing Office (GPO) is soliciting proposals for the design, delivery, and installation of a Centralized Waste Processing System at its Secure Production Facility (SPF) within NASA's Stennis Space Center, MS. This system will replace four existing independent waste management systems, automating the secure processing of both secure and non-secure waste using disintegrating and briquetting technologies, thereby eliminating the need for incineration.
Scope of Work
The contractor will design, deliver, and install a fully automated system that integrates seamlessly with existing production equipment. Key requirements include:
- Minimizing GPO personnel intervention.
- Preventing inadvertent processing of finished goods.
- Utilizing advanced disintegrating and briquetting technologies.
- Handling both secure and non-secure waste, with pulp stored for offsite removal.
- Fitting within a 37x46 ft area (potential expansion to 39x48 ft if requested).
- Including disintegrators, briquetting machines, dust/material conveyance fans, cyclone separators, airlocks, waste containers, and diverter valves.
- Scalability to process up to 450 pounds of waste per hour.
- Compliance with NASA security protocols and building codes.
- Adherence to strict security protocols for Stennis Space Center, including badging and vehicle entry, with potential delays for non-US citizens.
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price (FFP) under the Materials Management Acquisition Regulation (MMAR).
- Period of Performance: Five years, with option CLINs for rehabilitation.
- Set-Aside: None.
- Proposal Due: February 2, 2026, 05:00 PM CST.
- Questions Due: December 9, 2025, 10:00 AM CST.
- Mandatory Site Visit: Attendance at either the November 19, 2025, or December 2, 2025 site visit was mandatory for proposal submission. Personnel must be U.S. Citizens.
- Estimated Award: Winter 2026.
- Final Design Due: March 31, 2026.
- Installation by: June 30, 2026.
Evaluation Factors
Award will be made using a Best Value Tradeoff process. Evaluation factors include:
- Technical Approach & Design (most important)
- Corporate Capability and Experience
- Past Performance (assessed via Attachment J.4 questionnaire)
Submission Requirements
Offerors must be registered in the System for Award Management (SAM) at www.sam.gov at the time of proposal submission. Proposals must remain valid for 120 days. Bidders must use the provided pricing template (Attachment J.1) for cost breakdown.