SOURCES SOUGHT
C -- Execution of Industrial Base Modernization Projects at Government Owned Contractor Operated (GOCO) Facilities
- Notice Date
- 2/5/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN18X01GV
- Archive Date
- 3/22/2018
- Point of Contact
- Kwami Nyaku, Phone: 9737249038, Trisha Fitton, Phone: 9737241936
- E-Mail Address
-
kwami.nyaku.civ@mail.mil, trisha.a.fitton.civ@mail.mil
(kwami.nyaku.civ@mail.mil, trisha.a.fitton.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Execution of Industrial Base Modernization Projects at Government Owned Contractor Operated (GOCO) Facilities The U.S. Army, Army Contracting Command (ACC) New Jersey on behalf of the Office of the Project Director Joint Services (PD JS), located at Picatinny Arsenal, NJ is currently seeking interested sources for the execution of various modernization projects at multiple Government Owned Contractor Operated (GOCO) Army Ammunition Plant (AAP) facilities throughout the United States. The objective of this initiative is to support the execution of modernization projects at various GOCO facilities throughout the U.S. The contractor shall have the ability to furnish all necessary services, personnel, labor, facilities, materials, supplies and equipment to meet the U.S. Government's modernization requirements. The contactor will have to execute each modernization project in coordination with the Operating Contractor at the corresponding GOCO facility. The modernization projects to be executed under this effort are designed to increase, explosives, propellants, metal parts, load assemble and pack (LAP) of small, medium and large caliber ammunition production/manufacturing readiness to meet current and future requirements, ensure safety and environmental compliance, reduce operating costs and footprint, improve quality and promote efficiency, and improve quality of work environment (QWE) within the GOCO ammunition facilities. The projects range from low dollar to high multi-million dollar efforts, and include projects such as infrastructure repairs as well as major production line replacements. This effort would provide the U.S. Army with the ability to execute the GOCO modernization projects by select firms with a core competency in specific areas of facility modernization. Modernization refers to the alteration or replacement of facilities solely to implement new or higher standards, to accommodate new functions, or to replace building components, such as framework, foundations, and /or infrastructure, that have outlived their efficient and effective life expectancy. The U.S. Army is seeking firms specializing in disciplines, such as environmental remediation, infrastructure repair, energy generation, and energy distribution. Respondents with the breadth of engineering expertise for all such modernization projects would greatly increase the probability of the successful vendor meeting project cost, schedule and performance requirements. The U.S. Government's intent is to find innovative solutions to future, complex modernization problems. The modernization projects are expected to be executed at a number of U.S. Army facilities to include the following AAP's. Primary areas of ammunition expertise at each facility are listed. • Radford AAP (gun propellants and nitrocellulose), Radford, VA • Iowa AAP (load, assemble and pack of ammunition (L/A/P)), Burlington, IA • Milan AAP (L/A/P), Milan, TN • Holston AAP (explosives), Kingsport, TN • Lake City AAP (small caliber ammunition), Independence, MO • Scranton AAP (large caliber metal parts), Scranton, PA Potential Performance Requirements for this effort include the following topic areas: • General Engineering Support • Engineering Design • Environmental Support • Equipment upgrade/modification • Facility upgrade and Transition to the Operating Contractor • Debris removal/disposition • Training Prospective contractor would be responsible for compliance with all Federal, State, and Local laws, as well as Army regulations and policies. The North American Industry Classification System (NAICS) code for this effort is 541330 and 236210. The purpose of this notice is to obtain information from firms/companies to assist in the market research to determine the most suitable approach to meet the U.S. Government needs and industry capabilities in this area. Information provided will be used to develop a Performance Work Statement/Statement of Work scope for potential solicitation. Firms/companies are invited to indicate their interest and capability to satisfy the above requirements by identifying the following items: 1. Company Name and Commercial and Government Entity (CAGE) Code 2. Company Address / Country Represented / Website 3. Company point of contact and phone number and email 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) 5. Capability/qualification data to perform projects similar to the proposed modernization projects which demonstrate experience in execution of such projects. (To include but not limited to design, permitting, engineering, installation, testing experience, especially on facility projects) 6. Capability/qualification data to prepare and comply with various environmental documents and permits. 7. Capacity to provide management controls of cost, schedule, and technical experience, especially on facility projects. 8. Major partners or suppliers, to include those in areas such as design and engineering support and environmental consulting. Please include location of offices/facilities and capability of source and major partners/ supplies/ subcontractors/ consultants. 9. Skill sets, expertise, etc. you feel would be necessary to complete such modernization projects. 10. Industry feedback on terms and conditions to be included in the acquisition, to include recommendations on contract length, incentives, etc. This Market Survey is for planning purposes only and does not constitute a Request for Proposal (RFP) or an obligation on the part of the US Government. Responses to this market survey are not proposals and cannot be accepted by the Government to form a binding contract. This is not a guarantee of a future RFP or an award. This notice should not be construed as a commitment of any kind by the Government. The Government does not imply an intention or opportunity to acquire funding to support current or future development efforts. All information is to be submitted at no cost or obligation to the Government. The information provided will not be returned. Proprietary information, if any, should be minimized and must be clearly marked. Interested firms shall submit their responses via electronic mail to _(Kwami Nyaku/ Kwami.nyaku.civ@mail.mil)_____ no later than 30 days from this notice. Responses shall be submitted via e-mail NO LATER THAN 03/07/2018 3:00pm.TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The government will accept written questions via e-mail only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/745fec365a57039f04941bae527a5efb)
- Record
- SN04810535-W 20180207/180205231156-745fec365a57039f04941bae527a5efb (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 |