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 contractors to provide comprehensive scrap removal, demilitarization (DEMIL), mutilation (MUT), de-manufacturing (DEMAN), disposal, and recycling operations. Proposals are due by 3:00 p.m. Eastern Time on February 27, 2026.
Scope of Work
The selected contractor will manage foreign excess personal property of the U.S. DoD determined to be scrap. This includes providing all personnel, equipment, and services necessary for:
- Scrap removal, disposal, and recycling of various materials (e.g., iron, copper, batteries, vehicles).
- Demilitarization (DEMIL), mutilation (MUT), and de-manufacturing (DEMAN) operations, particularly for electronics and vehicles.
- Adherence to performance standards, reporting requirements, and environmental controls.
- Use of facilities and transporters from the Qualified Facilities List (QFL) and Qualified Transporters List (QTL). Hazardous materials/waste are generally excluded, except for incidental HM/HW from DEMIL/MUT. Services will be performed at U.S. installations in Guam and contractor-approved sites.
Contract Details
- Solicitation Type: Request for Proposal (RFP) SP450026R0003
- Contract Type: Commercial Items
- Set-Aside: Total Small Business (NAICS 562219, $47M size standard)
- Product/Service Code: S222 (Waste Treatment And Storage)
- Duration: 30-month base period (April 2026 - September 2028) with one 30-month option period, plus a potential six-month extension.
- Place of Performance: Santa Rita, Guam region, or within a 50-mile radius of listed pickup locations.
Submission & Evaluation
Proposals must be submitted electronically via email to Bradley.Moehlig@dla.mil, Michael.Mamaty@dla.mil, and Hazardouscontracts@dla.mil.
- Format: Two volumes (Volume I: Certifications & Price, Volume II: Past Performance).
- Email Limit: Max 5MB per email; multiple emails allowed (e.g., "Message 1 of 3").
- Pricing: Single price per CLIN; zero ($0.00) unit pricing is not accepted.
- Evaluation: Best Value approach. Past Performance is more important than Price, and combined non-price factors are significantly more important than price. Past performance will be assessed on recency (within 2 years), relevance, magnitude, complexity, and quality.
- Required Forms: Offerors must complete FAR provisions 52.209-7 and 52.229-11. Past Performance Information (PPI) Questionnaires (Attachment 5) must be submitted directly by references.
Key Attachments & Instructions
Bidders should review the Performance Work Statement (PWS) (Attachment 2) for detailed requirements, the Price Schedule (Attachment 1) for CLINs, and Addenda to FAR 52.212-1 (Attachment 3) for specific submission instructions. The Terms and Conditions (Attachment 8) detail applicable FAR, DFARS, and DLAD clauses, including mandatory electronic payment submission via WAWF. Information on CAC application (Attachment 6) and transporter qualification (DLA Form 2503) is also provided.