The Government seeks white papers regarding the capabilities, past similar experience and technical approach to this effort and industry's assessment/opinion of the most efficient and cost effective method of executing this effort. The response should include a description of the capabilities and physical capacities to support the bunker storage facilities, (2) evidence of similar past experience, (3) ability to establish an inventory disposal schedule for residual download/demate hardware or other equipment/components; and to determine shipment timeframes, and (4) recommended facilities and supply chain partners with available ability to execute these requirement.
The period of performance is 3 years (Base year and two option years) starting September 2020.
The anticipated contract is for bunker storage services of Not-to-Exceed (NTE) more than 11,500 Rocket Pods (RPs) or Guided Missile and Launching Assemblies (GMLAs) (serviceable and unserviceable), 1,000 damaged/empty rocket pod containers (RPCs) or missile/launch pod assemblies (M/LPAs)/structures, 20,000 demated rocket motors or warheads, test equipment, fin restraints, igniters, fuzes, payloads/warheads, grenades, motor/warhead boxes, and other ancillary parts associated with the reuse of RPs/GMLAs, in support of Guided Multiple Launch Rocket System (GMLRS), Low Cost Reduced Range Practice Rocket (LCRRPR) and ATACMS production activities. Requirement includes all facilities, labor, special equipment, tools, material, and management necessary to perform the contract.
The Government's intent is to better understand the current, state-of-the-art capabilities and strategies to determine the best solution. Industry feedback is vitally important and the Government will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. Please limit formal white paper submissions to no more than 20 pages, to include cover letter. In addition five attachments consisting of briefing slides, pre-printed commercial brochures or sales literature may be included. Electronic submissions are strongly encouraged. All items must be in Microsoft Office 2003 (or later) format or Adobe PDF format and should be free of all computer viruses.
The information provided may be used by the Army in developing its Statement of Work/Statement of Objectives or Performance Specifications. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement. Multiple awards may be pursued depending on industry response.
All questions and industry responses shall be submitted via email to Army Contracting Command-Redstone, Weeks, Jarrod, Contracting Officer, [email protected]. Responses must be received no later than 28 May 2019 and be in compliance with all applicable Army, DoD and Federal policies. All material submitted in response to this RFI must be unclassified and properly marked. Submissions will not be returned.