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 under Solicitation SP450026R0003. This opportunity requires comprehensive scrap removal, demilitarization (DEMIL), mutilation (MUT), and de-manufacturing (DEMAN) operations, including disposal and recycling, at DLA DS sites and Forward Collection Sites. This is a Total Small Business Set-Aside. Proposals are due by 3:00 p.m. Eastern Time on February 27, 2026.
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 collection, transportation, recycling, and disposal, with a focus on minimizing solid waste and maximizing economic offsets. Services cover various scrap categories, including irony aluminum, insulated copper wire, clean copper, brass, iron and steel, and vehicles. Hazardous materials (HM) or hazardous waste (HW) are generally excluded, except for incidental HM/HW resulting from DEMIL/MUT of specific items like electronics or vehicles. The contractor must adhere to performance standards, including timely collection, compliant removal, and proper DEMIL/DEMAN/MUT operations, as outlined in the Quality Assurance Surveillance Plan (QASP).
Contract Details
- Contract Type: Request for Proposal (RFP) for commercial items.
- 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 the Santa Rita, Guam region, or within a 50-mile radius of any listed pickup location.
- Government Equipment: Dual-use U.S. Government equipment may be available, but contractors should plan on it NOT being available as its use is not guaranteed.
Submission & Evaluation
Proposals must be submitted electronically via email in two distinct volumes:
- VOLUME I: Proposal Certifications and Price Schedule (including FAR 52.212-3, 52.209-7, 52.229-11, and Attachment 1).
- VOLUME II: Past Performance Information (up to three relevant contracts within the last two years, with references submitting Attachment 5 directly to the Government). 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. The Government will assess past performance based on recency, relevance, magnitude, complexity, and quality. Unit prices must be provided for each CLIN, with no $0.00 unit pricing. Offerors must hold prices firm for 90 calendar days.
Key Dates & Contacts
- Proposals Due: February 27, 2026, by 3:00 p.m. Eastern Time.
- Submission Email: Bradley.Moehlig@dla.mil, Michael.Mamaty@dla.mil, AND Hazardouscontracts@dla.mil.
- Primary Contact: Bradley Moehlig (Bradley.Moehlig@dla.mil).
- Secondary Contact: Michael Mamaty (Michael.Mamaty@dla.mil).