Scrap Disposal - Guam
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 Defense Logistics Agency (DLA) Disposition Services is soliciting proposals for Scrap Disposal Services in Guam. This Total Small Business Set-Aside opportunity requires comprehensive scrap removal, demilitarization (DEMIL), mutilation (MUT), de-manufacturing (DEMAN), disposal, and recycling operations at DLA DS sites and Forward Collection Sites. Proposals are due by 3:00 p.m. Eastern Time on January 29, 2026.
Scope of Work
The selected contractor will provide all necessary personnel, equipment, and services for the management of foreign excess U.S. Department of Defense (DoD) property determined to be scrap. This includes various scrap materials, with an emphasis on maximizing recycling when economically feasible. The scope explicitly excludes hazardous materials or waste, except for incidental amounts resulting from DEMIL/MUT of specific items like electronics or vehicles. Services will be performed at U.S. installations in Santa Rita, Guam, and contractor-approved sites, with potential for additional collection sites within a 50-mile radius.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFP SP450026R0003) for commercial items.
- Contract Structure: Indefinite Quantity, with a 30-month base period (April 2026 - September 2028) and one 30-month option period, plus a potential six-month extension.
- Set-Aside: Total Small Business Set-Aside (NAICS 562219, $47M size standard).
- Place of Performance: Santa Rita, Guam, and surrounding military installations.
Submission & Evaluation
- Proposal Due: January 29, 2026, at 3:00 p.m. Eastern Time.
- Submission Method: Electronic submission via email ONLY. Proposals must be sent to Bradley.Moehlig@dla.mil, Michael.Mamaty@dla.mil, AND Hazardouscontracts@dla.mil. Emails are limited to 5MB; multiple emails must be sequentially numbered.
- Proposal Structure: Two volumes are required:
- Volume I: Proposal Certifications and Price Schedule (including Attachment 1 - Price Schedule, and completed FAR provisions from Attachment 7).
- Volume II: Past Performance Information (up to three contracts from the last two years). Offerors must ensure references submit the Past Performance Information (PPI) questionnaire (Attachment 5) directly to the Government.
- Evaluation Criteria: Best Value, Trade-off Process. Past Performance is more important than price, and combined non-price factors are significantly more important than price. Evaluation considers recency, relevance, and quality of past performance. Price reasonableness will also be assessed. The Government may not evaluate all proposals, focusing on the most competitive.
- Questions: Submit in writing via email to Bradley Moehlig and Mike Mamaty. Cut-off is 12:00 p.m. EST, fourteen calendar days after solicitation issuance.
- Site Visits: Must be scheduled at least two working days in advance.
Key Attachments & Requirements
- Performance Work Statement (PWS) (Attachment 2): Details scope, performance standards (Acceptable Performance Levels - APLs), reporting, and special requirements including licenses, Defense Base Act (DBA) insurance, personnel qualifications (e.g., DEMIL certifier), security, and environmental controls.
- Price Schedule (Attachment 1): Provides CLINS for various scrap categories and services for both base and option periods.
- CAC Application Instructions (Attachment 6): Outlines procedures for Common Access Cards (CACs) for contractor employees.
- Transporter Qualification (DLA Form 2503, Attachment 8 PWS): Required for bidders providing transportation services.
- Terms and Conditions (Attachment 8): Incorporates various FAR, DFARS, and DLAD clauses, including electronic payment via Wide Area WorkFlow (WAWF).