Scrap Disposal - Guam

SOL #: SP450026R0003Solicitation

Overview

Buyer

DEPT OF DEFENSE
Defense Logistics Agency
DLA DISPOSITION SERVICES - EBS
BATTLE CREEK, MI, 49037-3092, United States

Place of Performance

Santa Rita, GU

NAICS

Other Nonhazardous Waste Treatment and Disposal (562219)

PSC

Waste Treatment And Storage (S222)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 15, 2025
2
Last Updated
Feb 19, 2026
3
Submission Deadline
Feb 12, 2026, 8:00 PM

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 contractors to provide comprehensive scrap removal, demilitarization (DEMIL), mutilation (MUT), de-manufacturing (DEMAN) operations, disposal, and recycling services. The latest amendment extends the proposal due date to February 12, 2026, at 3:00 p.m. Eastern Time.

Scope of Work

The selected contractor will provide all necessary personnel, equipment, and services for managing foreign excess personal property of the U.S. Department of Defense (DoD) determined to be scrap. This includes various scrap and recyclable materials, with the explicit exclusion of most hazardous materials (HM) or hazardous waste (HW), except for incidental HM/HW from DEMIL/MUT of specific items like electronics or vehicles. Services will be performed at DLA Disposition Services sites and Forward Collection Sites (FCS) located in the Santa Rita, Guam region, or within a 50-mile radius of listed pickup locations. The contract emphasizes recycling scrap material to the greatest extent possible when economically feasible.

Contract & Timeline

  • Solicitation Type: Request for Proposal (RFP) SP450026R0003, Combined Synopsis/Solicitation for commercial items.
  • Set-Aside: Total Small Business Set-Aside (NAICS 562219, $47M size standard).
  • Period of Performance: Anticipated 30-month base period (April 2026 - September 2028) and one 30-month option period, with a potential six-month extension.
  • Place of Performance: Santa Rita, Guam, and surrounding military installations/FCS.
  • Proposal Due: February 12, 2026, at 3:00 p.m. Eastern Time.
  • Published Date: January 28, 2026.

Evaluation Criteria

Award will be made using a Best Value Trade-off process. Past performance is more important than price, and combined non-price factors are significantly more important than price. Past performance will be evaluated based on recency (within the last 2 years), relevance (scope, magnitude, complexity), and quality of performance, using an adjectival rating scale. Price will be evaluated for reasonableness. The Government may not evaluate all proposals, focusing on the most competitive offers. Offerors without an identifiable past performance record will not be assessed on this factor.

Submission Requirements

Proposals must be submitted electronically via email to Bradley.Moehlig@dla.mil, Michael.Mamaty@dla.mil, AND Hazardouscontracts@dla.mil. Paper submissions are not accepted. Emails have a 5MB size limit, with multiple sequentially numbered emails permitted. Proposals must be structured into two volumes:

  • VOLUME I: Proposal Certifications and Price Schedule (including completed Attachment 1 Price Schedule, FAR 52.212-3, 52.209-7, and 52.229-11).
  • VOLUME II: Past Performance Information (identifying up to three relevant contracts within the last two years). Offerors must ensure references complete and submit the Past Performance Information (PPI) Questionnaire (Attachment 5) directly to the Government by the solicitation's due date. Offerors must acknowledge all amendments in Volume I.

Key Attachments & Forms

Bidders should review the Performance Work Statement (PWS) (Attachment 2) for detailed requirements, the Price Schedule (Attachment 1) for pricing structure, and the Addenda to FAR 52.212-1 (Attachment 3) for specific submission instructions. Other critical documents include the CAC Application Instructions (Attachment 6), DLA Form 2503 Transporter Qualification (Attach 8 PWS), and DLA Form 2507 TSDF QFL Application (Attach 7 PWS), which may be required depending on the services offered.

Contact Information

All questions must be submitted in writing via email to Bradley Moehlig and Mike Mamaty. The cut-off date for questions was 12:00 p.m. Eastern Standard Time, fourteen calendar days after solicitation issuance (likely passed).

People

Points of Contact

Bradley MoehligPRIMARY
Michael MamatySECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: Feb 19, 2026
View
Version 5
Solicitation
Posted: Feb 17, 2026
View
Version 4
Solicitation
Posted: Feb 9, 2026
View
Version 3Viewing
Solicitation
Posted: Jan 28, 2026
Version 2
Solicitation
Posted: Jan 13, 2026
View
Version 1
Solicitation
Posted: Dec 15, 2025
View