SOLICITATION NOTICE
96 -- Anniston Army Depot DEMIL A Aluminum Scrap Term Contract
- Notice Date
- 3/2/2026 3:39:40 PM
- Notice Type
- Solicitation
- NAICS
- 423930
— Recyclable Material Merchant Wholesalers
- Contracting Office
- GSA/FAS/GSS/QSCA, MULTIPLE AWARD SCHEDULE CONTRACTING DIVISION Washington DC 20006 USA
- ZIP Code
- 20006
- Solicitation Number
- 2-1-QSC-T-26-037-001
- Response Due
- 3/2/2026 3:00:00 AM
- Archive Date
- 03/17/2026
- Point of Contact
- Terry Winn, Phone: 2562354701, Adam Ebner, Phone: 813-894-9047
- E-Mail Address
-
terrell.l.winn.civ@army.mil, adam.ebner@gsa.gov
(terrell.l.winn.civ@army.mil, adam.ebner@gsa.gov)
- Description
- DEMIL A Aluminum Scrap � Anniston Army Depot (ANAD), Alabama The U.S. General Services Administration (GSA), in coordination with Anniston Army Depot (ANAD), is soliciting sealed bids for the recurring removal, transportation, and recycling of DEMIL A Aluminum Scrap generated through depot industrial, maintenance, manufacturing, and operational activities. This is a fixed-term contract supporting ongoing scrap disposition at ANAD in Anniston, Alabama. The contract consists of a three (3) year base period with two (2) one-year option periods. This synopsis is provided for general awareness only. All interested parties are responsible for reviewing the complete Invitation for Bids (IFB), Surveillance Plan, appendices, and supporting documentation, which are available on GSA Auctions at: https://gsaauctions.gov/auctions/preview/355933. The full IFBSP package establishes all performance, safety, environmental, transportation, billing, and administrative requirements. Failure to review and comply with the entire IFBSP package may result in bid rejection or determination of non-responsibility. A mandatory pre-bid site visit is required for bid responsiveness. Only bidders who attend the site inspection and comply with installation access, safety, and security requirements will be eligible for award. Site access requires advance registration through Army installation access procedures. Award will be made through sealed bidding procedures. Price is the only comparative evaluation factor; however, award is not automatic. The apparent high bidder must successfully 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 as necessary. The scrap stream consists primarily of Government-generated aluminum scrap and may include structural components, plate, sheet, extrusions, manufacturing equipment, aluminum assemblies, and incidental commingled non-ferrous materials. Scrap quantities, types, locations, and removal priorities may vary based on mission requirements, operational tempo, maintenance cycles, and other Government priorities. Estimated historical quantities are provided for informational purposes only and are not guaranteed. All material removed under this contract is sold strictly for recycling as material content. The resale or reuse of scrap as functional or usable property is prohibited. This acquisition supports operational continuity, installation space management, environmental compliance, and mission readiness at a high-tempo military installation. The IFB is the controlling and authoritative document.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4b1eeb862b564847b24aab9e8a39e595/view)
- Place of Performance
- Address: Anniston, AL 36201, USA
- Zip Code: 36201
- Country: USA
- Zip Code: 36201
- Record
- SN07731657-F 20260304/260302230042 (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 |