Skip to content
General Services Administration

NASA Goddard Scrap Term Contract

Solicitation: 2-1-QSC-T-26-033
Notice ID: c67c3b5fb6fc40658d5f94fb6548bbd3
TypeSolicitationNAICS 423930PSC9670DepartmentGeneral Services AdministrationAgencyFederal Acquisition ServiceStateMDPostedMar 17, 2026, 12:00 AM UTCDueMar 23, 2026, 04:00 PM UTCExpired

Solicitation from FEDERAL ACQUISITION SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: MD. Response deadline: Mar 23, 2026. Industry: NAICS 423930 • PSC 9670.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$1,641,538,009
Sector total $1,641,538,009 • Share 100.0%
Live
Median
$191,425
P10–P90
$30,827$690,929
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,641,538,009)
Deal sizing
$191,425 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
Maryland • 20771 United States
State: MD
Contracting office
Washington, DC • 20006 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MD20260120 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Montgomery
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
MD20260120 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Montgomery
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
+77 more occupation rates in this WD
Davis-Baconstate match
MD20260126 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Washington
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.00Fringe $21.25
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260081 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Allegany
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.25Fringe $22.00
+54 more occupation rates in this WD
Davis-Baconstate match
MD20260077 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Talbot
Rate
CARPENTER
Base $27.00Fringe $7.34
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $37.08Fringe $25.48
Rate
LABORER AIR TOOL OPERATOR
Base $26.80Fringe $7.08
+49 more occupation rates in this WD

Point of Contact

Name
Adam Ebner
Email
adam.ebner@gsa.gov
Phone
8138949047

Agency & Office

Department
GENERAL SERVICES ADMINISTRATION
Agency
FEDERAL ACQUISITION SERVICE
Subagency
GSA/FAS/GSS/QSCA, MULTIPLE AWARD SCHEDULE CONTRACTING DIVISION
Office
Not available
Contracting Office Address
Washington, DC
20006 USA

More in NAICS 423930

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:

  1. 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.

  1. 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.

  1. 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.

  1. 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.

  1. Appendix C – Container Execution Narrative

This 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.

Disclaimer

This 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.

 

SOLICITATION MODIFICATION NOTICE

Modification One (1) dated March 17, 2026 has been issued for Solicitation 2-1-QSC-T-26-033 – DEMIL A Scrap – Mixed Metals Term Contract (NASA Goddard Space Flight Center, Greenbelt MD).

The modification updates:

  • IFB Section 5.3 – Performance Guarantee

  • IFB Section 5.3.1 – Acceptable Forms of Performance Guarantee

  • IFB Section 7.2 – Property Damage, Liability, and Contractor Insurance Requirements

  • Appendix A Section 2.C – Insurance Capability (Pre-Award Verification)

Bidders are responsible for reviewing Modification One (1) and incorporating these changes when preparing their bids.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.