Anniston Army Depot DEMIL A Aluminum Scrap Term Contract
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 U.S. General Services Administration (GSA), in coordination with Anniston Army Depot (ANAD), is soliciting sealed bids for a term contract for the recurring removal, transportation, and recycling of DEMIL A Aluminum Scrap generated at ANAD in Anniston, Alabama. This contract supports operational continuity, space management, and environmental compliance. Bids were due March 2, 2026.
Scope of Work
This contract involves the recurring removal, transportation, and recycling of Government-generated DEMIL A aluminum scrap. The scrap stream may include structural components, plate, sheet, extrusions, manufacturing equipment, aluminum assemblies, and incidental commingled non-ferrous materials. All material removed is strictly for recycling; resale or reuse as functional property is prohibited.
Contract & Timeline
- Type: Sealed Bid Term Contract
- Duration: 3-year base period with two (2) one-year option periods
- Set-Aside: None
- Bid Due: March 2, 2026
- Published (Latest Modification): March 17, 2026
Evaluation
Award will be made through sealed bidding procedures. Price is the primary comparative evaluation factor. However, the apparent high bidder must also demonstrate eligibility, responsibility, operational capability, equipment availability, surge capacity, staffing, financial resources, past performance, and compliance with all regulatory and installation requirements. A mandatory pre-bid site visit was required for bid responsiveness.
Key Modifications
Modification Two (dated March 17, 2026) superseded prior modifications and made the following key changes:
- Performance Guarantee: Replaced the previous Performance Bond requirement with a Performance Guarantee of $10,000.00. Acceptable forms include an electronic funds transfer (EFT) Performance Bond or an Irrevocable Letter of Credit (ILC).
- Insurance Requirements: Updated contractor liability and insurance requirements, including minimum coverage levels and required documentation.
- Surveillance Plan: Clarified Agency Government Representative (AGR) oversight applies to Agency facilities identified in the IFB.
Additional Notes
All interested parties were responsible for reviewing the complete Invitation for Bids (IFB), Surveillance Plan, and supporting documentation available on GSA Auctions at: https://gsaauctions.gov/auctions/preview/355933.