Ammunition Supply Point/Theater Storage Area - Kuwait 3.0
ID: W519TC-24-R0041Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Facilities Support Services (561210)

PSC

OPERATION OF AMMUNITION FACILITIES (M1EA)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is preparing to solicit proposals for the Kuwait Ammunition Supply Point and Theater Storage Area 3.0 (ASP/TSA 3.0) contract, which focuses on Class V munitions supply support for U.S. Military and Coalition Forces in the Central Command Area of Responsibility. This procurement aims to provide essential warehouse operations support services critical to mission success, which cannot be efficiently acquired through separate competitive acquisitions. The anticipated solicitation, identified as W519TC-24-R0041, is expected to be released around September 26, 2024, with a contract period comprising a nine-month base period and four one-year option periods. Interested parties must demonstrate a current U.S. facility clearance to the SECRET level and are encouraged to contact David Fields at david.s.fields16.civ@army.mil or Ben Kimbell at benjamin.j.kimbell.civ@army.mil for further information.

    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    Kuwait Maritime Traffic Control Center (MTCC) Operations and Maintenance Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Kuwait Maritime Traffic Control Center (MTCC) Operations and Maintenance Contract. This contract aims to ensure the effective operation and maintenance of the MTCC, which plays a critical role in managing maritime traffic and enhancing safety in the region. Interested bidders should note that the final proposal submission deadline has been extended to October 7, 2024, by 4:00 PM Eastern Time, and all inquiries regarding the project must be submitted by September 23, 2024, by the same time. For further information, potential offerors can contact Eric Caruso at eric.l.caruso@usace.army.mil or Mikayla Shanholtzer at Mikayla.B.Shanholtzer@usace.army.mil.
    W519TC24ATACS/SBS
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island (ACC-RI), is seeking sources for the development, delivery, integration, training, and maintenance of Automated Tactical Ammunition Classification Systems (ATACS) and Spent Brass Sorter (SBS) units. The procurement involves the manufacture of up to 40 new ATACS and the recapitalization of up to 10 existing units, along with comprehensive support services for their operation at various locations, both within the continental United States (CONUS) and outside (OCONUS). These systems are critical for the efficient sorting and inspection of small arms ammunition, ensuring compliance with safety and operational standards. Interested parties must submit their capabilities and relevant information by 3:00 PM Central Time on October 7, 2024, to the primary contacts, Elizabeth Epperly and Bridget Kramer, via the provided email addresses.
    Production and Delivery of Trinitrotoluene (TNT) and Aluminum Powder (ALP)
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is seeking capable sources for the production and delivery of Trinitrotoluene (TNT) and Aluminum Powder (ALP) for fiscal years 2026 to 2030. The anticipated requirements include approximately 1,000,000 to 8,000,000 pounds of TNT and 250,000 to 2,000,000 pounds of ALP annually, which are critical components used in various munitions supporting Department of Defense operations. Interested companies must respond by September 30, 2024, providing detailed information about their capabilities, facilities, and production processes, and can direct inquiries to Ms. Johnna Sebben at johnna.m.sebben.civ@army.mil.
    W519TC-24-Q-2391 Fire Extinguisher Parts Amendment 0001
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for fire extinguisher parts under Solicitation W519TC-24-Q-2391. The procurement aims to support the Rock Island Arsenal – Joint Manufacturing and Technology Center (RIA-JMTC) with a Firm Fixed Price (FFP) purchase order awarded to the lowest price, responsive contractor. This solicitation is critical for maintaining operational safety and compliance with fire safety standards. Proposals are now due by September 20, 2024, at 10:00 AM Central Time, and interested contractors should contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL or Corbin De La Cruz at corbin.t.delacruz.civ@army.mil for further information.
    M1A3 Bangalore Torpedo Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC-RI), is soliciting proposals for the procurement of M1A3 Bangalore Torpedo Kits, which are essential for clearing obstacles in combat operations. The procurement involves the acquisition of Demolition Kits consisting of eight 2.5-foot tubes filled with explosives, designed to create pathways through barbed wire entanglements, thereby facilitating military operations. This solicitation is exclusively set aside for Accurate Energetics Systems, LLC, a Women-Owned Small Business, with a guaranteed minimum funding amount of $4,250,000 and a maximum procurement limit of $7,000,000 over two ordering periods. Proposals must be submitted electronically by September 26, 2024, and interested parties can contact Colin Sommers at colin.m.sommers.civ@army.mil for further information.
    W912ER24R0003 SOLICITATION NOTICE FOR F-18 Super Hornet Procurement D, Package 002 Quick Reaction Area (QRA) and Combat Aircraft Loading Area (CALA)
    Active
    Dept Of Defense
    The Department of Defense, through the Transatlantic Middle East District (TAM), is soliciting experienced contractors for the Design-Bid-Build (DBB) construction of a new Quick Reaction Area (QRA) and Combat Aircraft Loading Area (CALA) at Al Jaber Air Base in Kuwait, specifically for the F-18 Super Hornet Procurement D, Package 002 project. The objective is to construct these facilities along with related site improvements to support the fielding of new F/A-18E/F Super Hornet aircraft, adhering to the Unified Facilities Criteria. This project is significant as it enhances operational capabilities for military aircraft, with an estimated contract value between $25 million and $100 million and a performance period of 613 calendar days from the Notice to Proceed (NTP). Interested contractors can reach out to Sabrina Booker at sabrina.s.booker@usace.army.mil or call 540-667-3182 for further details.
    ACC-APG, Tobyhanna Division FY24 Fair Opportunity
    Active
    Dept Of Defense
    The U.S. Department of Defense, specifically the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Tobyhanna Division, intends to issue multiple construction and maintenance contracts for various projects throughout Fiscal Year 24. These projects aim to renovate and upgrade Army facilities, including building renovations, electrical upgrades, and specialized system installations. With budget estimates ranging from hundreds of thousands to hundreds of millions of dollars, these opportunities seek to engage a diverse range of contractors, from small businesses to global construction and engineering firms. While most contracts are expected to be firm-fixed-price, some will be determined later. Interested parties should closely monitor the listed key deadlines and contact the specified government representatives for further information.
    Aerial Cargo Platforms Parachutes
    Active
    Dept Of Defense
    The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG) is seeking proposals for the procurement of aerial cargo platforms parachutes and related air delivery equipment. This procurement aims to support the U.S. Army Security Assistance Command (USASAC) and is expected to result in a Firm Fixed Price (FFP) contract, adhering to the Berry Amendment rules. The solicitation, identified as RFQ W91CRB-24-R-PARA, emphasizes the importance of maintaining air delivery capabilities and requires interested vendors to demonstrate technical compliance with specifications, provide quotes valid for 90 days, and be registered in the System for Award Management (SAM). Quotes must be submitted via email by 10:00 AM EST on September 23, 2024, with the evaluation based on a Lowest Priced Technically Acceptable (LPTA) approach. For further inquiries, interested parties may contact Antoinette Coward at antoinette.w.coward.civ@army.mil or Shelby A. Saum at shelby.a.saum.civ@army.mil.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES 03 October 2023
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY is seeking ACC APG DIVISION A CCDC C5ISR OPPORTUNTIES as of 03 October 2023. This procurement is for opportunities related to the ACC APG Division A CCDC C5ISR. The service/item being procured is typically used for C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) operations. For more information, please contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil.
    Synopsis Naval Station Guantanamo Bay, Cuba Distributed Warehouse and Logistics
    Active
    Dept Of Defense
    The U.S. Navy seeks experienced vendors for distributed warehouse and logistics support at Naval Station Guantanamo Bay, Cuba. The service requirement involves providing vital material and food provisions to multiple customers, including the Naval Supply Systems Command Warehouse, Naval Hospital Warehouse, Joint Task Force Warehouse, and the U.S. Coast Guard. The contract, expected to be released around August 26, 2024, will have a base performance period through the end of 2025, with four additional one-year options. It carries a PSC code of S215 and a NAICS code of 493110, indicating a focus on warehousing and storage services. Registration on the SAM website is mandatory to access the solicitation and its updates. The successful vendor will play a crucial role in supporting military operations by ensuring the efficient distribution of supplies and provisions. This role requires a service-disabled veteran-owned small business (SDVOSB) set-aside, emphasizing the Navy's commitment to supporting veteran-led companies. Prospective vendors should carefully review the upcoming solicitation, which will outline preparation instructions, evaluation criteria, and the performance work statement. The Navy encourages vendors to frequently check the SAM website for the RFQ and any subsequent amendments. Email is the preferred method of communication for clarification requests. With a size standard of $34 million, the contract holds significant value for the selected vendor, who will be responsible for providing critical support to the U.S. military's presence in Cuba. The Navy's choice will be based on the evaluation criteria outlined in the solicitation. Vendors must ensure their applications meet all qualifications and submit them before the deadline to be considered. For any questions or further information, interested parties should contact Joseph Tolbert and Rolondo Turner via email. Their respective email addresses are provided in the opportunity overview.