Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOURCES SOUGHT

M -- Hawthorne Army Depot (HWAD) - W52P1J-18-R-0042

Notice Date
12/13/2017
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-18-R-0042
 
Point of Contact
Beau J. Bixler, Phone: 3097825037, Angela M. Calhoun, Phone: 3097828525
 
E-Mail Address
beau.j.bixler.civ@mail.mil, angela.m.calhoun.civ@mail.mil
(beau.j.bixler.civ@mail.mil, angela.m.calhoun.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: The U.S. Army Contracting Command, Rock Island, on behalf of Headquarters, Joint Munitions Command, located at Rock Island Arsenal, Rock Island, IL, is currently seeking interested sources for the execution of standard depot operations (SDO) functions including but not limited to ammunition receipt, issue, surveillance, rewarehousing and demilitarization (DEMIL), as well as the operation and maintenance of Hawthorne Army Depot (HWAD) located in Hawthorne, NV. HWAD is a Government-Owned, Contractor-Operated (GOCO) facility that serves as an archival storage and DEMIL location for a wide array of conventional and non-standard ammunition. In addition to the storage and DEMIL of ammunition, the operating contractor will be required to maintain and modernize equipment and facilities, and provide numerous base support services (e.g., grounds maintenance, fire protection, safety and security, etc.). HWAD is an eligible facility under the Armament Retooling and Manufacturing Support (ARMS) program. As such, the operating contractor will be required to market idle and underutilized facilities at HWAD for commercial use by private sector firms. The operating contractor must comply with all Federal, State, and Local laws and Army regulations and policies, as well as maintain critical skills and core capabilities related to storage and DEMIL functions. Specifications: Performance Work Statements (PWS) for this effort are not currently available and will not be provided prior to the closing date of the posting. PWSs will be provided at a later date upon issuance of any draft solicitation. Planned Acquisition: The Government contemplates that as a result of this full and open best value competition, a long term facility use and production contract will be awarded with a period of performance beginning 1 Jan 2021. Anticipated storage levels and DEMIL quantities will vary given funding requirements, but have averaged 270K stored tons and 13K tons for receipt and issue for FY15-17. DEMIL planned workload for FY18 is 32K short tons with FY19-FY22 planned at approximately 64K short tons total. HWAD has a storage capacity of 7.6M sq. feet (excess storage capacity beyond the Government's orders may be utilized for commercial business in exchange for contractor investment in the facility). The Government anticipates hosting an Industry day for this effort in the spring/summer 2018 timeframe. Submission Information: The Government encourages all responsible interested sources to submit their capabilities/qualification data which demonstrates experience in execution of base operations, SDO and Ammunition DEMIL. Additionally, the Government encourages industry's feedback on the terms and conditions to be included in the acquisition. This includes, but is not limited to, the following: (1) Contract length and structure (2) Contract incentive arrangement (e.g., award term) (3) Contractor investment arrangement for commercial use of excess production/storage/ DEMIL capacity (4) Storage consolidation plan (5) Use of multiple contracts separating facility/base management from direct ammunition mission The Government requests submittal of information via electronic mail to Beau Bixler at beau.j.bixler.civ@mail.mil no later than 30 days from this notice. Interested companies should respond by providing the Government the following information: (1) Name of company and CAGE Code (2) Point of Contact's name, telephone number and e-mail address (3) Company address (4) Business size information (please specify as either Large, Foreign, Small, Small Disadvantaged, 8(a), Woman- Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business). This is a market survey for planning purposes only and shall not be construed as a Request for Proposal, nor as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. Participation in this effort is strictly voluntary. Please identify any proprietary information submitted. The Government intends to utilize the information received only to develop the acquisition strategy for future requirements. Any of the information stated above is subject to change. If a formal solicitation is generated at a later date, the Government will publish a solicitation notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3fb5dd7c35554899f77b02a5f1171271)
 
Place of Performance
Address: Hawthorne, Nevada, 89415, United States
Zip Code: 89415
 
Record
SN04766184-W 20171215/171213231543-3fb5dd7c35554899f77b02a5f1171271 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.