SPECIAL NOTICE
M -- Radford Army Ammunition Plant (RFAAP) Operation, Maintenance, and Modernization - PWS RFI
- Notice Date
- 2/4/2025 6:42:25 AM
- Notice Type
- Special Notice
- NAICS
- 325920
— Explosives Manufacturing
- Contracting Office
- W6QK ACC-RI ROCK ISLAND IL 61299-0000 USA
- ZIP Code
- 61299-0000
- Response Due
- 2/11/2025 10:00:00 AM
- Archive Date
- 02/26/2025
- Point of Contact
- Anna E. Whitcomb, Amanda Carlson
- E-Mail Address
-
anna.e.whitcomb2.civ@army.mil, amanda.l.carlson25.civ@army.mil
(anna.e.whitcomb2.civ@army.mil, amanda.l.carlson25.civ@army.mil)
- Description
- W519TC-24-R-ROMM - RADFORD ARMY AMMUNITION PLANT (RFAAP) OPERATION, MAINTENANCE, AND MODERNIZATION - REQUEST FOR INFORMATION (RFI) - PERFORMANCE WORK STATEMENTS (PWS) The U.S Army Contracting Command � Rock Island (ACC-RI), in support of the U.S. Army Joint Munitions Command (JMC) located at Rock Island Arsenal, IL and the Project Lead Joint Services (PL JS) located at Picatinny Arsenal, NJ, are currently seeking Industry feedback to continue PWS strategy and development for facility operation and maintenance at RFAAP. RFAAP operation and maintenance requirements will be prescribed through PWS�s for scopes including, but not limited to, Environmental, Security, Maintenance, Safety and Energy. Prior to release of the RFAAP Request for Proposal (RFP), the USG is interested in Industry�s feedback on the draft PWS language (attached) for the referenced PWS areas. While certain PWS requirements are mandated by Army policies for Army facility operations, the USG is willing to consider adapting PWS language in certain cases to promote realization of RFAAP competition objectives related to efficiency and operational capability. The USG seeks Industry perspectives on the following: (1) The primary cost drivers in each of these PWS areas. (2) Specific areas where the PWS�s are overly specific or vague in terms of requirements that influence costs. (3) Ideas related to streamlining of PWS requirements, without negatively impacting mission. (4) Suggestions for evaluating performance against these requirements. (5) Identification of Industry best practices for managing PWS risks and cost. As indicated, the attached PWS�s are in draft status, and as such, are still in process of being developed. This RFI is for informational purposes only and does not constitute a solicitation or commitment by the USG. The USG does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. Participation in this effort is strictly voluntary. Please identify any proprietary information submitted. The USG 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 RFP is generated at a later date, the USG will publish a solicitation notice. Telephone inquiries will not be accepted. The USG will accept written questions via email. Email your questions to Amanda Carlson at amanda.l.carlson25.civ@army.mil and Anna Whitcomb at anna.e.whitcomb2.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1914ec6e818045418d5912ef210c5e0e/view)
- Place of Performance
- Address: Radford, VA, USA
- Country: USA
- Country: USA
- Record
- SN07331674-F 20250206/250204230029 (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 |