Add Bids
Search By Category/Country/Location by state
Bid Entry Form
Project/Contract Name:
City:
Location by state:
Select Country/Location by state
Alabama
Alaska
American Samoa
Arizona
Arkansas
Baker Island
California
Colorado
Connecticut
Delaware
District of Columbia
Florida
Georgia
Guam
Hawaii
Howland Island
Idaho
Illinois
Indiana
Iowa
Jarvis Island
Johnston Atoll
Kansas
Kentucky
Kingman Reef
Louisiana
Maine
Maryland
Massachusetts
Michigan
Midway Atoll
Minnesota
Mississippi
Missouri
Montana
Navassa Island
Nebraska
Nevada
New Hampshire
New Jersey
New Mexico
New York
North Carolina
North Dakota
Northern Mariana Islands
Ohio
Oklahoma
Oregon
Palmyra Atoll
Pennsylvania
Puerto Rico
Rhode Island
South Carolina
South Dakota
Tennessee
Texas
United States Minor Outlying Islands
United States Virgin Islands
Utah
Venezuela
Vermont
Vietnam
Virginia
Wake Island
Washington
West Virginia
Wisconsin
Wyoming
Yemen
Category:
Select Category
Accounting/Audit/Administration
Business Consulting
Construction
Educational Services
Engineering
Food Catering Services
Healthcare/Medical Supplies
Janitorial
Landscaping
Legal
Logistics
Professional Services
Real Estate
Transportation Services
Tree Removing Service
Agency Contact Information:
Phone Number:
Bid/Proposal Due Date:
Bid Close Date:
Bid Walkthrough Date:
Estimate:
Term:
Classifications:
Description:
Solicitation Overview This solicitation is issued as a sealed bid Invitation for Bids (IFB) for a term contract to purchase and remove DEMIL A scrap mixed metals generated at NASA Goddard Space Flight Center. The IFB is the controlling and authoritative document for all contract requirements, terms, and conditions. Bidders are responsible for reviewing the IFB in its entirety and complying with all instructions and provisions. The contract is structured as: • Three-year base period • Two option years, which may be exercised in accordance with the IFB The Government: • Does not guarantee minimum quantities • Provides estimated annual quantities for informational and pricing purposes only Award will be made to the highest responsive and responsible bidder. The Government does not evaluate technical approaches or operational methods. Responsiveness and responsibility are determined based on compliance with IFB requirements, including: • Mandatory inspection • Required certifications • Submission of all required documents Scope of Work (High-Level) The contractor will be responsible for: • Furnishing, staging, maintaining, and removing containers suitable for scrap mixed metals • Removing scrap material in accordance with site scheduling and operational requirements • Transporting and processing material in compliance with all applicable Federal, state, and local laws and regulations • Providing certified weight tickets and documentation to support billing and payment • Coordinating with NASA personnel to ensure safe, secure, and compliant operations • Meeting all safety, environmental, transportation, and site access requirements This contract is performance-based and outcome-focused. The Government does not direct contractor methods, equipment, or operational approach. Mandatory Pre-Bid Inspection Attendance at a pre-bid inspection is mandatory for bid responsiveness. The inspection allows bidders to observe: • Site conditions • Operational constraints • Material handling considerations • Access and security requirements Inspections: • Are conducted by appointment only • Must be coordinated with the Site Point of Contact • Must be completed prior to the bid submission deadline Failure to attend and complete the inspection may result in a bid being determined non-responsive. Gate Access and Inspection Coordination Bidders shall coordinate inspection access in advance. To request an inspection appointment, bidders must send an email containing: • Full name • Email address • Point of contact phone number Upon receipt, the Government will coordinate directly with the bidder to schedule an appointment based on site availability and operational requirements. Once an appointment is confirmed: • A temporary badge request will be submitted to authorize campus access for the scheduled visit Inspection Scheduling Point of Contact: AL DIMAGGIO NASA, G.S.F.C. WAREHOUSE MANAGER BUILDING 35 F.O.M. alfred.f.dimaggio@nasa.gov DESK - 301-286-7908 Inspections will be conducted at NASA’s Central Receiving facility (Building 35). For navigation, bidders are encouraged to search: • “NASA GSFC Central Receiving Building 35” The facility is located near: • Soil Conservation Road, Greenbelt, Maryland • Directional signage for “Receiving” is posted on site Inspection coordination: • Morning inspections are recommended to minimize operational conflicts • A minimum of forty-eight (48) hours advance notice is required • Access and scheduling are subject to operational and security requirements If access issues arise on the day of inspection, bidders may contact the Government representative identified during scheduling for assistance. Gate access procedures may change based on security or operational needs. Documents Section – Description of Contents The following documents are provided in the Documents section of this solicitation and must be reviewed by all bidders: Invitation for Bids (IFB) The IFB is the primary and controlling document. It contains all contract requirements, instructions to bidders, eligibility requirements, award procedures, performance standards, and applicable terms and conditions. Surveillance Plan The Surveillance Plan describes how the Government will monitor and verify contractor performance during contract execution. It supports contract administration and oversight and does not create additional contractor obligations or modify the IFB. Appendix A – Site Verification and Bidder Certification This form documents bidder attendance at the mandatory pre-bid inspection and includes certifications regarding the bidder’s ability to meet contract requirements. This appendix must be completed and submitted with the bid. Appendix B – Bid Sheet and Standard Form 114 This appendix provides the required bid pricing structure. Bidders must complete and submit the SF-114 and associated pricing documentation. Appendix C – Container Execution Narrative This appendix allows bidders to describe their anticipated container sta
Submit Bid