Federal Bid

Last Updated on 14 Jun 2019 at 8 AM
Sources Sought
Redstone Montana

Bunker Storage

Solicitation ID W31P4Q-19-R-0019
Posted Date 09 May 2019 at 3 PM
Archive Date 14 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Redstone Montana United states
The Army Contracting Command - Redstone, Redstone Arsenal, Alabama 35898 on behalf of the Precision Fires Rocket and Missile Systems (PFRMS) Project Office, Program Executive Office Missiles and Space, hereby issues the following Sources Sought/Request for Information (RFI) to ascertain the level of interest of potential vendors desiring to contract for procurement of Bunker Storage facilities for the inspection, storage and removal of Multiple Launch Rocket System (MLRS) Family of Munitions (MFOM) rocket pods and Army Tactical Missile System (ATACMS) Guided Missile and Launching Assemblies (GMLAS), rocket pod containers (RPCs), missile/launch pod assemblies (M/LPAs), rocket motors, rocket motor/warhead boxes, warheads, fin restraints, igniters, fuzes, payloads and associated items.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is released pursuant to FAR 15.201(e). It is issued solely for information and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not seeking proposals at this time and will not accept unsolicited proposals. Responders s are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested parties' expense. Due to the level of this requirement, the contractor must possess a US facility clearance. All offerors must meet prequalification requirements in order to be eligible for award.

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.

 

Bid Protests Not Available

Similar Past Bids

Redstone arsenal Alabama 18 Aug 2014 at 1 PM
Fpo Ap 29 Oct 2024 at 3 AM
Cherry point North carolina 03 Jun 2014 at 2 PM
Sandersville Georgia Not Specified
Redstone arsenal Alabama 13 Feb 2015 at 10 PM

Similar Opportunities

Fort belvoir Virginia 30 Sep 2025 at 5 PM
Atlanta Louisiana 21 Sep 2025 at 4 AM
Prairie du sac Wisconsin 10 Jul 2025 at 9 PM
Atlanta Louisiana 05 Feb 2026 at 5 AM (estimated)