Holston Army Ammunition Plant - Virtual Library
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 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »
Holston Army Ammunition Plant - Sources Sought
Description: The U.S. Army Contracting Command, Rock Island, on behalf of the Office of Project Director, Joint Services (PD JS), located at Picatinny Arsenal, NJ is currently seeking interested sourc... Description: The U.S. Army Contracting Command, Rock Island, on behalf of the Office of Project Director, Joint Services (PD JS), located at Picatinny Arsenal, NJ is currently seeking interested sources for the production of a wide range of explosive materials, including RDX based explosives such as RDX Type II, CXM-7, CXM-AF7, CXM-AF-5, Composition B and Composition C-4; HMX based explosives such as HMX Grade B, CXM-9, and PBXN-5; as well as TATB, DNAN, NQ, and NTO based explosives such as IMX-101 and IMX-104; as well as the operation, maintenance, and modernization of the Holston Army Ammunition Plant (HSAAP) to provide Industry input into development of future procurement strategy. HSAAP is located near Kingston, TN, and is a Government-Owned, Contractor- Operated (GOCO) facility that develops and produces explosive processes and formulations for the Department of Defense and commercial entities with contracts with the DoD. In addition to the production of these products, the operating contractor is required to maintain and modernize equipment and facilities as well as provide base support services (e.g., grounds maintenance, modernization strategic planning, property administration, environmental compliance, public relations, material management of Government Furnished Materials, fire protection, safety, and security). HSAAP 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 HSAAP for commercial use by private sector firms. The operating contractor must comply with all Federal, State, and Local laws and Army regulations and policies. Specifications: Technical Data Packages (TDP) for this effort are not currently available and will not be provided prior to the closing date of the posting. TDPs will be provided at a later date upon issuance of any draft solicitation. Planned Acquisition: The Government contemplates that as a result of a full and open best value competition, a long term facility use, modernization and production contract will be awarded with a period of performance beginning in Fiscal Year (FY) 2023. A transition period with the incumbent contractor will start in FY 2022 and modernization projects will start in October 2022. Anticipated production quantities will vary given funding requirements. The Government anticipates hosting multiple Industry Days for this beginning in FY 2020, which may include one-on-one sessions. Current State: The current HSAAP contracts consist of a facility use contract whose costs are included in product prices, and an Indefinite Delivery Requirements supply contract. Modernization projects are funded separately through modifications to the facility use contract. The contracts cover a full range of operations and maintenance services as well as program and project management services. All current modernization projects are sourced through the operating contractor although some may be sourced through the U.S. Army Corps of Engineers in the future. Government Objective: It is the intent to improve the business practices at the HSAAP facility to provide the Government the most flexibility in modernizing and operating HSAAP as well as providing incentives for continuous improvement. The Government's long-term objective is to enable the facility to serve the Government's need for long-term, more cost-effective sustainment of production capabilities. The Government's objective for the contemplated acquisition is to establish a new operating paradigm that reflects and enables the transition from the current state of the facility to the desired future state, as it relates to both production capabilities 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 on providing a "Baseline Facility Assessment" and access to a "Virtual Tech Library" which will provide potential offerors both "Brick and Mortar" plant configuration and a web site to share critical information respectively to generate an environment to encourage a value added competition. Submission Information: The Government encourages all responsible interested sources to submit their capabilities/qualification data which demonstrates experience with production of chemical products, especially energetic and explosive products, and large plant operations. Additionally, the Government encourages industry's feedback on potential terms and conditions as annotated in the paragraph titled "Government Objectives" to be included in the acquisition. This includes, but is not limited to, the following (Limited to fifteen pages): (1) Contract length, incentive arrangement (e.g. award term) and structure that best provides bidders the incentive to self-invest and provides ultimate long-term advantages to both the Government and Contractor. (2) Maximizing application of commercial best practices in the operation and maintenance of the facility. (3) Suggested timeframes and escalation factors for product pricing matrices for both base award and options. (4) Effect of third party sales on overhead and Operations and Maintenance costs including revenue sharing model to incentivize the contractor to bring in commercial work. (5) Enabling a future state where underutilized office or industrial work spaces on the installation are sub-leased to other companies, subject to maintaining high safety and security standards. (6) Teaming arrangements that optimizing expertise across the diverse functions necessary to operate the plant (e.g. produce product, generate steam, design/construct/commission production lines and supporting facilities, guard the facility). (7) Implementing cost effective solutions to produce required products while preserving surge capability within the United States and Canada. (8) Cost effective business operating model that would enable/encourage the long-term viability of the facility which may include reduction of current footprint or an effective re-configuration of the current production facilities. (9) Most cost effective way to maintain the capability to produce all current HSAAP products within the National Technology and Industrial Base (NTIB). (10) Suggested areas for Economic Price Adjustments and what may be necessary to support contract length. (11) 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. (12) Suggested level of overlap recommended between exiting and entering contractor during the TRANSITION PERIOD and appropriate level of Government involvement during this period. (13) 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. The Government requests submittal of information via electronic mail to Ben Gillen at benjamin.j.gillen.civ@mail.mil no later than 45 days from this notice. Interested companies should respond by providing the Government the following information (Limited to three pages): (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) (5) Experience in the production of explosives or other energetic materials and how that experience could be leveraged to increase productivity, reduce costs or improve plant management at HSAAP. (6) Experience in explosives safety (7) Experience in the design, construction, commissioning, maintenance, and operation of explosive production or similar facilities (8) Experience in modernization strategic planning and environmental compliance 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. 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 at a later date, the Government will publish a solicitation notice.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »