NASA Goddard Scrap Term Contract
Federal opportunity from GENERAL SERVICES ADMINISTRATION. Place of performance: MD. Response deadline: Mar 23, 2026.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 83 more rate previews.↓
Point of Contact
Agency & Office
Description
Solicitation OverviewThis 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 IFBThe Government:• Does not guarantee minimum quantities• Provides estimated annual quantities for informational and pricing purposes onlyAward 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 documentsScope 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 requirementsThis contract is performance-based and outcome-focused. The Government does not direct contractor methods, equipment, or operational approach.Mandatory Pre-Bid InspectionAttendance 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 requirementsInspections:• Are conducted by appointment only• Must be coordinated with the Site Point of Contact• Must be completed prior to the bid submission deadlineFailure to attend and complete the inspection may result in a bid being determined non-responsive.Gate Access and Inspection CoordinationBidders 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 numberUpon 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 visitInspection Scheduling Point of Contact:AL DIMAGGIONASA, G.S.F.C.WAREHOUSE MANAGERBUILDING 35 F.O.M.alfred.f.dimaggio@nasa.govDES K - 301-286-7908Inspections 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 siteInspection 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 requirementsIf 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 ContentsThe 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 PlanThe 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 CertificationThis 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 114This appendix provides the required bid pricing structure. Bidders must complete and submit the SF-114 and associated pricing documentation.Appendix C – Container Execution NarrativeThis appendix allows bidders to describe their anticipated container staging and handling approach. This information is descriptive only and is not evaluated or scored. It supports responsibility determination and contract administration.DisclaimerThis summary and any pictures provided are for informational purposes only. Pictures are representative of the types of material and conditions that may be encountered and are not warranted. Actual material, quantities, and site conditions may vary over the term of the contract.The Invitation for Bids (IFB) is the controlling and authoritative document for all requirements, terms, and conditions. In the event of any inconsistency between this summary, pictures, or other informational materials and the IFB, the IFB governs.The Surveillance Plan is provided for informational purposes and explains how the Government may monitor contract performance. It does not create additional contractor obligations and does not modify the IFB.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.