Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2024 SAM #8268
SOURCES SOUGHT

M -- Radford Army Ammunition Plant (RFAAP) Operation, Maintenance, and Modernization

Notice Date
7/15/2024 10:00:13 AM
 
Notice Type
Sources Sought
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
 
ZIP Code
61299-0000
 
Solicitation Number
W519TC-24-R-ROMM
 
Response Due
8/14/2024 10:00:00 AM
 
Archive Date
08/29/2024
 
Point of Contact
Anna E. Whitcomb, Jaclyn Senneff
 
E-Mail Address
anna.e.whitcomb2.civ@army.mil, jaclyn.r.senneff.civ@army.mil
(anna.e.whitcomb2.civ@army.mil, jaclyn.r.senneff.civ@army.mil)
 
Description
NAICS Code: Primary: Chemical Manufacturing (325)/Explosives Manufacturing (325920) Secondary: Facilities Support Services (561210) Synopsis: Description: The U.S. Army Contracting Command, Rock Island, on behalf of the Office of Project Lead, Joint Services (PL JS), located at Picatinny Arsenal, NJ is currently seeking interested sources for the operation, maintenance, and modernization of the Radford Army Ammunition Plant (RFAAP); as well as the production of a wide range of propellants. These include, but are not limited to: Nitrocellulose (NC) (Grades A, B, C, D, E) Solvent Single Base Propellant (M64MP, M64SP, M6, PAP7993, AFP001, M14, M1MP) Solvent Multi Base Propellant (RPD 596, M31A2, M2, D5 Embedment Powder) Solventless Double Base Propellant (NOSIH-AA2, N-5 Carpet Roll, M36, JA-2) Rocket Grain Extrusion & Finishing (MK-90, Javelin, Hellfire, TOW motors) RFAAP is a Government-Owned, Contractor-Operated (GOCO) facility located in Montgomery and Pulaski Counties in southwest Virginia that develops and produces propellants for the Department of Defense (DoD) and commercial entities that contract directly with the US military and its allies. In addition to the production of these products, the Operating Contractor (OC) may be required to maintain and modernize existing equipment and facilities, as well as design and construct new facilities and provide base support services (e.g., grounds maintenance, modernization strategic planning, property administration, environmental compliance, energy management, public relations, material management, fire protection, safety, facility security and cyber security). In support of this procurement, the Government is seeking industry input regarding the acquisition strategy. Specifications: Technical Data Packages (TDPs), Statements of Work (SOWs), and Performance Work Statements (PWSs) for this potential requirement are not currently available and will not be provided prior to the closing date of the posting. TDPs, SOWs, PWSs, and any other required specifications may be provided at a later date. Planned Acquisition: The Government is contemplating a best value competition for the production of propellants, operation and maintenance, and the modernization of RFAAP.� An Indefinite Delivery Indefinite Quantity contract to one Offeror consisting of Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs) for production items and FFP or Cost Plus Fixed Fee CLINs for operation and maintenance services and modernization efforts is being considered. The Government is currently evaluating various contracting options for funding the execution of facility PWS scopes to operate and maintain the facility. The Government is also considering the award of modernization funding for which the successful Offeror would utilize to achieve production and operational efficiency while improving safety at RFAAP. Government Objective: The Government�s objective for the acquisition is to establish a new operating paradigm to enable the transition from the current state of the facility to the desired future state, as it relates to both production capabilities, modernization objectives, and the overall operating model. The Government�s objective for this sources sought is to obtain information on potential interested industry sources. The Government intends to conduct multiple industry days to share acquisition related information and solicit ideas from interested potential offerors. Further, the Government intends to provide a �Baseline Facility Assessment� and access to a �Virtual Tech Library� at a later date, which will provide potential Offerors both �Brick and Mortar� plant configuration and critical facility information. Sources Sought Submission Information: The Government encourages all responsible interested sources to submit their capabilities/qualification data, which demonstrates experience with production of chemical products (preferably energetic products), large plant operations, maintenance of production facilities and capital improvements and/or expansions. Additionally, the Government encourages industry's feedback regarding potential contract terms and conditions including, but not limited to the following: Recommended contract length, incentive arrangement, and Government capital investment structure that best provides offerors the ability to provide long-term advantages to both the Government and Contractor Suggested pricing matrix structure, including areas where economic price adjustments may be appropriate Describe any significant issues that would surface during the TRANSITION PERIOD from the end of the current contract to the beginning of a New Operator Contract (NOC) with regards to work in progress and ability to generate revenue Request interested contractor(s) provide the Government with necessary �White Papers� to further assess risk and identify any information that will accommodate a smooth and methodical transition for issues such as Requalification of Production, novation agreements between current and NOC, etc.� Industry input is also requested regarding recommended approaches to meet the Government�s procurement objectives: Cost effective solutions to produce required products while preserving surge capability and the long-term viability of RFAAP capabilities, which may include re-configuration of the current production facilities Application of commercial best practices aimed at improving efficiencies in the operation and maintenance of the facility and each production area. The goal is to align operations with industry standards, reducing costs, enhancing performance, improving reliability, and ensuring sustainability Successful execution of modernization initiatives to enable near and long-term benefits throughout planning, design, construction and commissioning Maximizing effective plant capacity by maintaining high levels of operational availability for production facilities and supporting infrastructure Enabling a future state where underutilized office or industrial workspaces on the installation are sub-leased to other companies via the ARMS Program, subject to maintaining high safety and security standards Teaming arrangements that optimize expertise across the diverse functions necessary to operate and modernize the plant (e.g. produce product, generate steam, design/construct/commission production lines and supporting facilities, guard the facility) Leveraging commercial sales (non-DoD end items) to reduce overhead costs allocated to Government product including potential revenue sharing models to incentivize the contractor to bring in commercial work when capacity is available Interested companies should respond by providing the Government the following information: Name of company, Commercial and Government Entity (CAGE) Code, and Unique Entity Identifier (UEI) Point of Contact's name, telephone number and e-mail address Company address 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) Experience in the production of propellants or other energetic materials and how that experience could be leveraged to increase productivity, reduce costs or improve plant management at RFAAP� Experience in chemical industry, propellant and energetics safety Experience in the design, construction, commissioning of high dollar value chemical production and infrastructure projects Experience bringing both large and small technology and facility upgrades into full rate production quickly and effectively Experience in asset management, facility maintenance and large-scale manufacturing operations (millions of pounds per year), preferably energetic, chemical, or similar facility Experience in modernization strategic planning and subsequent yearly planning and prioritizing Experience with environmental compliance and excellent safety performance in the operation and maintenance of a large scale chemical facility. The Government requests submittal of information via electronic mail to Anna Whitcomb, anna.e.whitcomb2.civ@army.mil and Jaclyn Senneff, jaclyn.r.senneff.civ@army.mil no later than 30 days from this notice. The entire submission should not be more than 30 total pages. This is a sources sought 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 sources sought notice or otherwise pay for information solicited. Participation in this effort is strictly voluntary. The Government intends to use the information received to develop the acquisition strategy for future requirements. Any of the information stated above is subject to change. Please identify any proprietary information submitted. All information submitted will be held in a confidential status and will be afforded the appropriate protections. If a formal solicitation is generated, the Government will publish a solicitation notice. Contracting Office Address: Army Contracting Command�Rock Island; CCRI-AMC 3055 Rodman Avenue Rock Island, Illinois 61299-8000 United States Place of Performance: Radford Army Ammunition Plant, VA Primary Point of Contact: Anna Whitcomb, Procuring Contracting Officer
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/800816c2f281449f9c6e6d29f0592c53/view)
 
Place of Performance
Address: Radford, VA, USA
Country: USA
 
Record
SN07129065-F 20240717/240715230114 (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.