SOLICITATION NOTICE
S -- Scrap Disposal - Guam
- Notice Date
- 2/19/2026 1:28:18 PM
- Notice Type
- Solicitation
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
- ZIP Code
- 49037-3092
- Solicitation Number
- SP450026R0003
- Response Due
- 2/27/2026 12:00:00 PM
- Archive Date
- 03/14/2026
- Point of Contact
- Bradley Moehlig, Michael Mamaty
- E-Mail Address
-
Bradley.Moehlig@dla.mil, Michael.Mamaty@dla.mil
(Bradley.Moehlig@dla.mil, Michael.Mamaty@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. Amendment 0005 is issued to update the Solicitation, and issue RFI answers. Positive acknowledgement of receipt of this amendment is required within Volume 1 of offerors proposal. 2. In summary: Price Schedule, PWS, and Definitions have been updated. PWS Attachments have been added, and include; QASP, DLA 1822, DLA 2533,DLA 2505, and DLAI 6055. Dual US Government Equipment, is now ""Attach 10 PWS Dual US Gvmt Equipment"". RFI Questions and Answers: 1) Question: In reference to Attachment 1 The Price Schedule Guam Scrap, Item 0E1LKA as defined under the E1L description in the SCL Descriptions has E1L including vehicles. There�s also an Item 0VEHKA that�s specifically for vehicles. Which item will vehicles be bid and billed under? Will all vehicles be bid and billed under 0VEHKA? Answer: E1L will include Vehicles. ""Vehicles all types, commercial autos/trucks, residue from DEMIL processing of tactical, armored, and special purpose vehicles, and tank trailers."" 2) Question: There is no definition for the VEH SCL Description in Attachment 1 The Price Schedule Guam Scrap. Will one be provided? Answer: Please review the updated price schedule SCL / E1L Description. 3) Question: There is no Item 0E1LKA, Iron and Steel Mixed, listed in the 30-month option period. Will that be included later or is there no need for this Item in the option period? Answer: Price Schedule has been updated, as it was intended to be included in both the Base Period and Option Period. 4) Question: ""Per the RFP: Submitters are to complete provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (if any changes applicable to this solicitation exist for the offeror�s www.sam.gov registration). Please confirm if there are no changes to the offeror�s representations and certifications in sam.gov, then the offeror just needs to indicate this on the cover sheet of its proposal."" Answer: Even if there are no changes, per the ""Combo Notice Description� section x: ""Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003), Alternate I, with your offer."" Yes, please include. 5) Question: ""Page 10, Paragraph 3.1 d. of the Performance Work Statement states: �In addition to receiving the management of collection site fee, the contractor shall be paid the weight based (�per pound) disposal fee for any materials it processes and return a �percent of index� fee to the US Government (where applicable).� Please indicate what index you are referencing, what percentage will be used, and define �where applicable�"" Answer: An 'Index' will not be used for adjustments to this contract. Language within the PWS has been removed referring to an 'index'. Please see updated PWS. 6) Question: ""The Items (CLINS) listed in the Pricing Worksheet have the same description in the Base Year as the Option Period. I believe the Option Year CLINS are supposed to start with a 1 and the Base Year starts with a 0."" Answer: Price Schedule has been updated. 7) Question: ""The solicitation references the availability of certain Government-furnished or dual-use equipment. Can the Government please clarify: Which specific equipment items will be provided by the Government (if any)? Whether contractors should assume responsibility for providing all additional equipment necessary for performance beyond what is listed? Whether use of Government-furnished equipment is guaranteed or subject to availability?"" Answer: The equipment listed in ""Attachment 9 _ PWS"" is dual use equipment. See PWS 18.1 ""Dual Use U.S. Government Equipment"" where it states, ""the Contractor may be granted use of these items."" and ""There is no guarantee that the equipment will be available for Contractor use at any given time."" The contractor should plan accordingly. The contractor should plan on this equipment NOT being available. ********************END AMENDMENT******************** 1. Amendment 0004 is issued to extend the �Date Offers Due�. Positive acknowledgement of receipt of this amendment is required within Volume 1 of offerors proposal. 2. Date Offers Due: 3:00 p.m. Eastern Time on February 27, 2026. 3. All other terms and conditions remain unchanged. ********************END AMENDMENT******************** 1. Amendment 0003 is issued to extend the �Date Offers Due�. Positive acknowledgement of receipt of this amendment is required within Volume 1 of offerors proposal. 2. Date Offers Due: 3:00 p.m. Eastern Time on February 19, 2026. 3. All other terms and conditions remain unchanged. ********************END AMENDMENT******************** 1. Amendment 0002 is issued to extend the �Date Offers Due�. Positive acknowledgement of receipt of this amendment is required within Volume 1 of offerors proposal. 2. Date Offers Due: 3:00 p.m. Eastern Time on February 12, 2026. 3. All other terms and conditions remain unchanged. ********************END AMENDMENT******************** 1. Amendment 0001 is issued to extend the �Date Offers Due�. Positive acknowledgement of receipt of this amendment is required within Volume 1 of offerors proposal. 2. Date Offers Due: 3:00 p.m. Eastern Time on January 29, 2026. 3. All other terms and conditions remain unchanged. ********************END AMENDMENT******************** Combined Synopsis/Solicitation SP450026R0003 has been prepared in accordance with the procedures in FAR 12.603(c)(2)(i?xvi). Work requires the selected contractor to provide all personnel, equipment, containers, tools, materials, supervision, vehicles and other items or services necessary to perform scrap removal, demilitarization (DEMIL) / mutilation (MUT) and de-manufacturing (DEMAN) operations including disposal and recycling. The Contractor shall meet the standards including disposal and recycling as defined in this Performance Work Statement for property turned into the Defense Logistics Agency Disposition Services (DLA DS) sites and Forward Collection Sites (FCS) located in Guam. Additional pick-up locations within the listed installations above and FCS may be added at no additional cost to the government. Other FCS may be designated after the contract award. These sites will be identified by the Contracting Officer (KO) and added to the contract through contract modification and located on or around military installations in the Santa Rita, Guam region or within a 50-mile radius of any pickup location listed on the Pickup Locations Table of the contract. The following additional information is provided in accordance with FAR 12.603(c)(2). (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation SP450026R0003 is issued as a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 effective October 01, 2025 (iv) This acquisition is being issued as Small Business Set Aside under the associated NAICS code 562219; the Small Business size standard is $47M. (v) See the attached Price Schedule. (vi) See the solicitation for a description of the requirement. (vii) The contract is anticipated to have a 30-month base period from April, 2026 to September, 2028 and a 30-month option period. See the solicitation for a list of pickup locations. (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. See the solicitation for addenda to the provision. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. See the solicitation for addenda to the provision. (x) Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003), Alternate I, with your offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003) applies to this acquisition. See the solicitation for 52.212-5 clauses applicable to this acquisition. (xiii) See the solicitation for additional contract terms and conditions. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Proposals are due by 1500 EST on 15 JAN 2026. Proposals shall be emailed to Bradley.Moehlig@dla.mil / Michael.Mamaty@dla.mil AND Hazardouscontracts@dla.mil. (xvi) Offerors must submit all questions regarding this solicitation in writing via email to Bradley Moehlig & Mike Mamaty at Bradley.Moehlig@dla.mil / Michael.Mamaty@dla.mil. The cut-off date for the receipt of offeror questions is 12:00p.m. Eastern Standard Time, fourteen (14) calendar days after solicitation issuance. Questions received after that time may not receive an answer. ATTACHMENTS: Attachment 1 � Price Schedule Guam Scrap Attachment 2 � Performance Work Statement (PWS) Attachment 3 � FAR 52.212-1 Addenda Attachment 4 � FAR 52.212-2 Addenda Attachment 5 � Past Performance Questionnaire � 26R0003 Attachment 6 � CAC Application Instructions Attachment 7 � FAR Provision Fill-Ins 26R0003 Attachment 8 � Terms and Conditions 26R0003 Attachments associated with the PWS (Attachment 2 above) are listed below: Attach 2 PWS � Definitions Guam Scrap Attach 3 PWS � Form DD1155 Attach 4 PWS � Pick up Locations Attach 5 PWS � DLA Form 1397 Attach 6 PWS � 2025 Work History Attach 7 PWS � DLA Form 2507 TSDF QFL App Attach 8 PWS � DLA Form 2503 Transporter Qualification Attach 9 PWS � Dual US Government Equipment
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2e275ff0427e4d589c779852877ec798/view)
- Place of Performance
- Address: Santa Rita, GU 96915, USA
- Zip Code: 96915
- Country: USA
- Zip Code: 96915
- Record
- SN07720572-F 20260221/260219230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |