Anniston Army Depot DEMIL A Stainless 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 Stainless Steel Scrap. This contract supports ongoing scrap disposition at ANAD. Bids are due March 2, 2026, at 11:00 AM UTC.
Scope of Work
This contract involves the removal, transportation, and recycling of Government-generated stainless steel scrap, which may include structural components, plate, sheet, machinery, maintenance equipment, stainless assemblies, and incidental commingled materials. The material is sold strictly for recycling, with resale or reuse as functional property prohibited. This acquisition supports operational continuity, space management, environmental compliance, and mission readiness at ANAD.
Contract & Timeline
- Type: Sealed Bids, Term Contract
- Duration: Three (3) year base period with two (2) one-year option periods.
- Set-Aside: None specified.
- Response Due: March 2, 2026, 11:00 AM UTC.
- 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. The Government reserves the right to verify bidder capability and perform pre-award inspections.
Key Requirements & Modifications
- Mandatory Pre-Bid Site Visit: Required for bid responsiveness. Only attendees complying with access, safety, and security requirements will be eligible for award.
- Performance Guarantee: Modification Two (2) updated the requirement from a Performance Bond to a Performance Guarantee of $7,500.00. Acceptable forms include a Performance Bond via EFT or an Irrevocable Letter of Credit (ILC).
- Insurance: Modification Two (2) also clarified contractor liability and insurance requirements, including minimum coverage levels and documentation.
- Surveillance Plan: Modification One (1) clarified Agency Government Representative (AGR) oversight applies to agency facilities identified in the IFB.
Additional Notes
All interested parties must review the complete Invitation for Bids (IFB), Surveillance Plan, appendices, and supporting documentation available on GSA Auctions at: https://gsaauctions.gov/auctions/preview/355932. Failure to comply may result in bid rejection.