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 opportunity, designated as a Total Small Business Set-Aside, requires contractors to provide all necessary personnel, equipment, and services for scrap removal, demilitarization (DEMIL), mutilation (MUT), de-manufacturing (DEMAN), disposal, and recycling operations at DLA DS sites and Forward Collection Sites in Guam. Proposals are due by 3:00 p.m. Eastern Time on February 19, 2026.
Scope of Work
The selected contractor will manage comprehensive scrap services, including the collection, processing, and disposal/recycling of foreign excess personal property of the U.S. Department of Defense (DoD) determined to be scrap. This excludes hazardous materials (HM) or hazardous waste (HW), except for incidental HM/HW from DEMIL/MUT of specific items like electronics or vehicles. Services must meet defined performance standards, with an emphasis on recycling when economically feasible. The contract also requires adherence to specific DEMIL/MUT/DEMAN procedures and extensive reporting.
Contract Details
- Solicitation Type: Combined Synopsis/Solicitation (RFP) SP450026R0003
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 562219 (Waste Treatment And Storage) with a $47M size standard
- Period of Performance: A 30-month base period (April 2026 - September 2028) and one 30-month option period, with a potential six-month extension.
- Place of Performance: U.S. installations in Santa Rita, Guam region, or within a 50-mile radius of listed pickup locations.
Submission & Evaluation
Proposals must be submitted electronically via email by the due date. Offerors must acknowledge all amendments. The evaluation will follow a Best Value Trade-off process, where past performance is more important than price, and combined non-price factors are significantly more important than price. Past performance will be assessed based on recency (within 2 years), relevance, and quality, utilizing a Performance Confidence Assessment. Offerors must submit proposals in two volumes: Volume I (Certifications and Price Schedule) and Volume II (Past Performance Information), including a completed Past Performance Information (PPI) questionnaire (Attachment 5) submitted directly by references.
Key Attachments
- Attachment 1: Price Schedule Guam Scrap (template for pricing)
- Attachment 2: Performance Work Statement (PWS) outlining detailed requirements
- Attachment 3: FAR 52.212-1 Addenda (Instructions to Offerors, including electronic submission details)
- Attachment 4: FAR 52.212-2 Addenda (Evaluation Criteria)
- Attachment 5: Past Performance Questionnaire
- Attachment 6: CAC Application Instructions
- Attachment 7: FAR Provision Fill-Ins (e.g., Responsibility Matters, Foreign Procurements)
- Attachment 8: Terms and Conditions (FAR, DFARS, DLAD clauses)
- PWS Sub-Attachments: Definitions, Pick-up Locations, DLA Forms (DD1155, 1367, 2507, 2503), 2025 Work History, Dual US Government Equipment.