Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2023 SAM #7919
SOLICITATION NOTICE

13 -- Holston Army Ammunition Plant - Virtual Library

Notice Date
8/1/2023 11:41:04 AM
 
Notice Type
Presolicitation
 
Contracting Office
W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W52P1J-19-R-0142
 
Response Due
10/1/2022 3:00:00 PM
 
Archive Date
12/31/2024
 
Point of Contact
Jacob Harrison, Phone: 3097827519
 
E-Mail Address
jacob.t.harrison15.civ@army.mil
(jacob.t.harrison15.civ@army.mil)
 
Description
This posting is being updated to provide ECP R19Q2009 for CLIN 0006, as identified in TDPL: MIL-DTL-45010:19200.� *********************************************************************************************************************************************** This posting is being updated to provide WS27816 revision B. *********************************************************************************************************************************************** This posting is being updated to provide the following documents: � � � � � - HSAAP Modernization Projects Completed Since 2003 � � � � ��- FY20 Holston AAP Draft IAP � � � � � - HSAAP Emergency Vehicles � � ��� � - Ammo_FY_2021_PB_PAA_HSAAP_P-25s *********************************************************************************************************************************************** This posting is being updated to provide an update on the status of ongoing modernization projects at HSAAP. ************************************************************************************************************************************************* This posting has been updated to provide the real property listing at HSAAP. ************************************************************************************************************************************************* This posting is being updated to provide the specification for PBX 9501 and to remove the previously provided specifications for CXM-7, PBXN-5, PBXN-7, and PBXN-12. ************************************************************************************************************************************************* This posting is being updated to provide the following information:� � � � � � � �- HSAAP Q&As � � � � � � �- Updated BFA/BECA � � � � � � �- Facility Tour #3 Narrative � � � � � � �- HSAAP Utility Meter Data � � � � � � �- List of BAE Systems Owned Property � � � � � � �- Current Contract Indemnification Memo � � � � � � �- Updated specifications for CXM-7, PBXN-5, PBXN-7, and PBXN-12 Questions related to virtual library access should be directed to both Mr. Ben Gillen and Mr. Jacob Harrison.� ************************************************************************************************************************************************ The Army Contracting Command-Rock Island (ACC-RI), on behalf of the Project Director Joint Services and the Joint Munitions Command, intends to issue Request for Proposal (RFP) W52P1J-19-R-0142 for the production of explosives and the operation and modernization of the Holston Army Ammunition Plant (HSAAP) beginning in calendar year 2024. HSAAP is a Government-Owned, Contractor-Operated facility located in Kingsport, TN that produces Research Development Explosive (RDX), High Melting Explosive (HMX), and Insensitive Munitions Explosive (IMX). In addition to the production of RDX, HMX, and IMX explosives, the operating contractor will be required to operate and modernize equipment and facilities, and provide numerous base support operations (e.g., environmental, fire protection, safety, security). This procurement will be restricted to the U.S. or its outlying areas. ACC-RI intends to conduct a best value subjective tradeoff source selection which will result in a single award of one hybrid supply contract to one Offeror consisting of Firm-Fixed-Price (FFP) Contract Line Item Numbers (CLINs) for production items and Indefinite Delivery Indefinite Quantity CLINs for modernization efforts that may be either FFP or cost reimbursement. The resultant contract will consist of a base period with five, one-year ordering periods; an evaluated option for five, one-year ordering periods executed at the time of award, and two subsequent unevaluated five-year option periods. Therefore, the total potential period of performance is 20 ordering periods. There will be a one-year transition period following the final ordering period to allow for completion of deliveries and ongoing Production Base Support (PBS)/Modernization projects.� This synopsis does not constitute a RFP, and shall not be construed as a commitment by the Government for any purpose. All questions and comments regarding this notice shall be directed to the Contracting Officer, Jacob Harrison, jacob.t.harrison15.civ@army.mil. ********************************************************************************************************* This posting is being updated to provide a second draft RFP for industry comment. Specific feedback is requested on the Economic Price Adjustment that is incorporated at Narrative I0002 and the corresponding EPA Adjustment Factors at Attachment 0030. All comments and questions regarding this second draft RFP are due by 31 May 2022 to Ben Gillen, Contracting Officer, benjamin.j.gillen.civ@army.mil and Jacob Harrison, Contract Specialist, jacob.t.harrison15.civ@army.mil.� ********************************************************************************************************** This posting is being updated to include Tier 2 data.� *********************************************************************************************************** This posting is being updated to provide the questions and answers from the draft RFP.� ************************************************************************************************************ This posting is being updated to provide the tour narrative from the March 1-3 HSAAP facility tours. Please submit any questions and/or comments as a result of the facility tour by COB 21 March 2022 to Ben Gillen, Contracting Officer,�benjamin.j.gillen.civ@army.mil and�Jacob Harrison, Contract Specialist,��jacob.t.harrison15.civ@army.mil. ************************************************************************************************************ This posting is being updated to provide a draft RFP for industry comment. Comments regarding this draft RFP are due by 17 December 2021�to�Ben Gillen, Contracting Officer,�benjamin.j.gillen.civ@army.mil and�Jacob Harrison, Contract Specialist,��jacob.t.harrison15.civ@army.mil. *************************************************************************** This virtual library is being established to serve as a data repository that houses documents to support proposal development for the Holston competition. In order to receive access to the virtual library the following conditions must be met: 1. Companies must be registered with the U.S./Canada Joint Certification Program (JCP) and have an active DD 2345, Military Critical Technical Data Agreement, on file with Defense Logistics Information Service (DLIS). Virtual library accounts will only be provided to the Data Custodian of those firms with an active DD 2345. 2. A Virtual Library�Use and Non-Disclosure Agreement (attached) must be completed by the requesting firm�s Data Custodian. The completed forms shall be submitted electronically to�Mr. Ben Gillen at benjamin.j.gillen.civ@mail.mil and�Mr. Jacob Harrison at jacob.t.harrison15.civ@mail.mil. The Government intends to upload documents to the virtual library throughout the pre-solicitiation phase. It is the contractor's responsibility to review the site to obtain the most recent information available.� Questions related to virtual library access should be directed to both Mr. Ben Gillen and Mr. Jacob Harrison.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5fa1cd5c3eb84112b84c182dd3d0dfa1/view)
 
Place of Performance
Address: Kingsport, TN 37660, USA
Zip Code: 37660
Country: USA
 
Record
SN06771647-F 20230803/230801230052 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.