Anniston Army Depot DEMIL A Light and Heavy Steel 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), Alabama, is soliciting sealed bids for a Term Contract for the recurring removal, transportation, and recycling of DEMIL A Light and Heavy Steel Scrap. This contract supports ongoing disposition of scrap materials at ANAD. Bids are due March 3, 2026.
Scope of Work
This contract involves the removal, transportation, and recycling of Government-generated ferrous scrap metal, including structural steel, plate, machinery, maintenance equipment, and incidental commingled materials. The material is sold strictly for recycling, and resale/reuse as functional property is prohibited. Quantities and types of scrap may vary based on mission requirements.
Contract & Timeline
- Type: Term Contract (Sealed Bids)
- Duration: Three (3) year base period with two (2) one-year option periods.
- Set-Aside: None specified.
- Response Due: March 3, 2026
- Published: March 17, 2026 (Latest modification date)
Evaluation
Award will be made through sealed bidding procedures. Price is the only comparative evaluation factor. However, the apparent high bidder must 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 is required for bid responsiveness; only attendees will be eligible for award.
Key Modifications
Modification Two (2), issued March 17, 2026, supersedes prior conflicting language and makes the following key changes:
- Replaced the Performance Bond requirement with a Performance Guarantee in the amount of $15,000.00.
- Defined acceptable forms of Performance Guarantee: Performance Bond via EFT or Irrevocable Letter of Credit (ILC).
- Clarified contractor liability and insurance requirements, including minimum coverage levels and documentation.
- Updated Appendix A to align bidder certification requirements with revised insurance provisions.
Additional Notes
The complete Invitation for Bids (IFB), Surveillance Plan, and supporting documentation are available on GSA Auctions at: https://gsaauctions.gov/auctions/preview/355931.
Contacts
- Primary: Terry Winn (terrell.l.winn.civ@army.mil, 256-235-4701)
- Secondary: Adam Ebner (adam.ebner@gsa.gov, 813-894-9047)