W519TC-24-Q-PSMS Process Safety Management Support
ID: W519TC-24-Q-PSMSType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: PROGRAM EVALUATION/REVIEW/DEVELOPMENT (R410)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army's Crane Army Ammunition Activity, is seeking proposals for Process Safety Management Support Services under solicitation number W519TC-24-Q-PSMS. The primary objective is to conduct a comprehensive programmatic review of the existing Process Safety Management (PSM) program to ensure compliance with OSHA standards and mitigate risks associated with hazardous chemicals. This initiative is crucial for enhancing safety measures in ammunition activities and preventing hazardous releases or explosions that could endanger personnel and operations. Interested small businesses must submit their proposals by November 1, 2024, with all submissions directed to the Contract Specialist, Dustin Sexton, at dustin.p.sexton.civ@army.mil, and the Contracting Officer, Bryce Willett, at bryce.t.willett.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Crane Army Ammunition Activity (CAAA) seeks a qualified contractor to conduct a comprehensive review of its Process Safety Management (PSM) program to ensure compliance with OSHA standards and mitigate risks associated with hazardous chemicals. The objective is to prevent serious hazards such as unwanted chemical releases or explosions through proactive identification and mitigation measures. The contractor's scope includes evaluating and enhancing existing safety programs, developing a database of safety information, improving equipment compliance, and refining the Management of Change and incident investigation processes. Additionally, the contractor must facilitate employee training, ensure emergency action plans are up to date, and submit any proposed mitigation actions for CAAA approval. Performance will take place at CAAA's facility in Crane, IN, with access provided through the Visitors Center. The contract period extends until April 1, 2025, with services required primarily during standard business hours. Security training is mandated for contractor personnel to access Army installations. The document outlines essential responsibilities, access protocols, and security considerations, emphasizing the importance of maintaining safety and regulatory compliance within the facility. This initiative underscores CAAA’s commitment to employee safety and operational integrity through comprehensive risk management and safety practices.
    The document serves as a Request for Information (RFI) response related to Process Safety Management (PSM) and safety protocols for a contractor engaged by the CAAA. It outlines information regarding the contractor’s qualifications and capabilities concerning safety measures at ammunition facilities. Key questions address the contractor’s agreement to comply with timely communication, site visit coordination, familiarity with explosive hazards, adherence to OSHA standards, and experience with PSM requirements outlined in DA Pam 385-64. There is a focus on the contractor’s willingness to share prior analyses and mitigation strategies, demonstrating a responsible use of government resources. Final remarks are sought from the contracting team for their decision-making. This RFI is critical in assessing potential contractors who meet stringent safety and operational criteria necessary for working in sensitive, explosive environments, ensuring compliance with established safety regulations.
    The document outlines a Request for Proposal (RFP) issued by the Crane Army Ammunition Activity for Process Safety Management Support Services, under solicitation number W519TC-24-Q-PSMS. The RFP calls for a contractor to implement Process Safety Management (PSM) services, with a quantity of one and scheduled for delivery on April 1, 2025. The contract type is Firm Fixed Price (FFP) but notably indicates that the total pricing is not separately priced, suggesting a comprehensive approach to cost estimation without itemization. The document emphasizes the importance of managing safety processes effectively, reflecting the federal government's focus on compliance and risk management in hazardous materials handling. The clarity of delivery dates signifies the project’s timeline and urgency, underlining the necessity for timely execution of safety management practices in the relevant operations. Overall, this RFP is part of the government's continued initiative to enhance process safety standards in federal projects.
    The document outlines the requirements related to telecommunications and video surveillance services or equipment for offerors participating in federal contracts. It emphasizes compliance with Section 889 of the John S. McCain National Defense Authorization Act, which prohibits federal agencies from procuring services or equipment that use covered telecommunications equipment. Offerors must represent whether they provide or use such equipment or services and provide detailed disclosures if applicable. The document stipulates definitions of relevant terms and mandates the review of excluded parties within the System for Award Management (SAM) to ensure compliance. The central aim is to prevent the use of equipment posing risks to national security while ensuring transparency and accountability among government contractors. Overall, it establishes rigorous standards for telecommunications procurement in federal contracts, directly affecting the eligibility of offerors based on their use of covered technologies.
    The document provides a comprehensive framework for offerors responding to federal government Requests for Proposals (RFPs) and grants, detailing various representations and certifications essential for compliance. It stipulates that offerors must complete specific paragraphs based on their registration status in the System for Award Management (SAM). Key definitions, such as "small business concerns" and "economically disadvantaged women-owned small businesses," establish qualifying criteria for various programs and services. Significantly, the file outlines responsibilities related to child labor, restricted operations in specific regions, and prohibitions on contracting with certain entities or involving sensitive technology. This document emphasizes recording transparency regarding tax liabilities and felonies, ensuring that federal funds are allocated responsibly. Offerors are also required to certify their compliance with the Buy American Act and reveal information about the place of manufacture for products. Overall, this file serves as a guideline for businesses to secure federal contracts, ensuring adherence to legal and ethical standards while promoting fair competition and social responsibility.
    This RFP response pertains to the PSM/Safety services required by CAAA. The document outlines critical questions for potential contractors, addressing their qualifications, willingness to comply with specific safety regulations, and ability to work in sites with explosive hazards. It emphasizes the importance of timely communication, onsite capabilities including field visits and documentation reviews, and adherence to OSHA standards. Contractors must demonstrate familiarity with PSM requirements and Army standards while being prepared to share outcomes from previous PSM gap analyses. The document also highlights the necessity for contractors to provide accreditations related to PSM certifications and ISO compliance, reinforcing the focus on safety in hazardous environments. Final remarks invite consideration by the Contracting Team for the contractor's suitability based on these criteria, ensuring non-negotiable standards are met concerning safety and efficient use of government resources. This RFP response reflects the government's commitment to ensuring safety protocols are upheld by qualified contractors willing to work in hazardous conditions.
    The Crane Army Ammunition Activity is issuing a Request for Proposal (RFP) for Process Safety Management Services, identified by Solicitation Number W519TC-24-Q-PSMS. The document outlines various terms and conditions applicable to bidders, including compliance requirements related to federal policy, contractor representation, and safety standards. Key clauses prevent contracting with certain entities linked to telecommunications services, specifically those involving Kaspersky Lab and ByteDance, along with stipulations against engaging with inversely domestic corporations. Additional provisions emphasize equal employment opportunities, service contract labor standards, and whistleblower rights. The document also specifies that certain procurements are restricted based on regional concerns, particularly regarding the Xinjiang Uyghur Autonomous Region and connections to the Maduro regime. By detailing these instructions and prohibitions, the RFP aims to ensure responsible and compliant service procurement while fostering small business participation and protecting national interests.
    The Crane Army Ammunition Activity (CAAA) in Crane, IN, is seeking a contractor to conduct a thorough programmatic review of its Process Safety Management (PSM) program to ensure compliance with OSHA standards and mitigate risks associated with hazardous chemicals. The primary objective is to prevent hazardous releases or explosions that could pose risks to employees and others. The contractor's scope of work includes evaluating existing safety programs, developing employee communication processes, compiling safety information into a database, and enhancing various PSM components such as training, equipment inspections, and emergency action plans. Additionally, they must ensure the Management of Change program is effective and assess incident investigations for timely corrective actions. Work will be performed at CAAA, and contractor access will be managed through the installation’s security protocols. The contract period is set to conclude by April 1, 2025, with required personnel training and background checks for security compliance. Overall, this initiative demonstrates the government’s commitment to improving safety measures in ammunition activities while adhering to federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Combustible Dust Hazard Analysis-Safety
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to conduct a Dust Hazard Analysis in accordance with the National Fire Protection Association (NFPA) 652 Standard on the Fundamentals of Combustible Dust. This procurement is crucial for ensuring safety and compliance in environments where combustible dust may pose a risk, highlighting the importance of effective hazard analysis in mitigating potential fire hazards. The solicitation is set to be issued electronically on or after October 21, 2024, as a 100% Small Business Set Aside, with proposals required to be submitted in electronic format. Interested parties should contact Lakeeta Beavers at lakeeta.t.beavers.civ@army.mil or 571-588-0956 for further information.
    Propelling Charge Support - 60mm, 81mm, 120mm
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC-RI), is seeking potential sources for Propelling Charge Support for 60mm, 81mm, and 120mm artillery programs. The procurement includes an estimated requirement of 5,500 units for 60mm, 19,100 units for 81mm, and 142,400 units for 120mm, with First Article Testing (FAT) required for quality verification. This opportunity is crucial for maintaining the operational readiness of U.S. military artillery systems, and interested contractors must submit their capabilities statements and responses to specific questions by October 11, 2024, at 3:00 PM CST to Carly Frye at carly.c.frye.civ@army.mil. The contract is projected to be a base year with a 100% option, and delivery will be made to Pine Bluff Arsenal in Arkansas.
    BDU-50 D/B CDI Practice Bombs with MHU-149/E Pallet or MHU-122/E Pallet
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - Rock Island, is soliciting proposals for the procurement of BDU-50 D/B CDI Practice Bombs, specifically with MHU-149/E or MHU-122/E pallets. This competitive Request for Proposal (RFP) aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a minimum guaranteed quantity of 8,004 units, to support military training operations. The contract will be awarded based on a best value assessment, considering both price and non-price factors, with a projected award date in the third quarter of FY2025. Interested offerors must submit their proposals by October 17, 2024, and can direct inquiries to Elizabeth Miller at elizabeth.m.miller174.civ@army.mil or Kelly K. Clifton at kelly.k.clifton.civ@army.mil.
    13 - MS81 MS82 MS83 MS84 MS85 MS86 MS87 MS88 SMDC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of explosive items under the title "13 - MS81 MS82 MS83 MS84 MS85 MS86 MS87 MS88 SMDC." This procurement is restricted to Rockwell Collins and Pacific Scientific, and a limited drawing package is available, although drawings will not be provided on CD. The items are critical for defense applications, necessitating a Safety Survey due to their explosive nature, with specific details regarding explosive weight and class outlined in the solicitation. Interested parties can reach out to Ashley Leonard at 717-605-1686 or via email at ashley.leonard@navy.mil for further information.
    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.
    W519TC-24-Q-2391 Fire Extinguisher Parts Amendment 0001 & 0002
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command in Rock Island, Illinois, 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 due by October 11, 2024, at 10:00 AM Central Time, and interested contractors should contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL or Ashley Moore at ashley.m.moore85.civ@army.mil for further information.
    Canister Grenades - Metal Components IDIQ - Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command Rock Island (ACC-RI), is seeking proposals for the procurement of metal components for canister grenades under Solicitation W519TC-23-R-0108. This procurement aims to establish a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the production and delivery of various grenade components, including those for the M18, M83, M7A3, M330, and AN-M14 models, with a focus on compliance with stringent military specifications and quality standards. The successful contractor will be responsible for manufacturing, assembling, and packaging these components while adhering to rigorous quality assurance protocols, including First Article Testing and Lot Acceptance Testing, to ensure military readiness. Interested small businesses must submit their proposals by October 18, 2024, at 3:00 PM CST, and can direct inquiries to Carly Frye or Bethany Carbajal via the provided email addresses.
    COMMAND SAFETY PNL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of the COMMAND SAFETY PNL, which falls under the NAICS code 332994 for Small Arms, Ordnance, and Ordnance Accessories Manufacturing. The contract requires compliance with various military standards, including MIL-STD packaging and Government Source Inspection, and emphasizes the importance of item unique identification and valuation as per DFARS requirements. Interested contractors must submit their quotes electronically to the designated contact, Derek J. Ford, at derek.j.ford5.civ@us.navy.mil, ensuring that they provide detailed pricing, lead times, and proof of authorization as a distributor if applicable. The solicitation is open for bids, and all submissions must adhere to the outlined requirements to be considered for award.
    Munitions Disposal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small business contractors for munitions disposal services at Mountain Home Air Force Base in Idaho. The contractor will be responsible for palletizing, marking, transporting, and demilitarizing conventional munitions in compliance with all applicable federal and state laws, utilizing recognized industry-standard methods. This procurement is critical for ensuring safe and environmentally responsible disposal of military materials, with a contract anticipated to span from November 2024 through October 2029, featuring a minimum contract value of $500 and a maximum of $249,999. Interested vendors must submit their quotes by 10:00 AM (MST) on October 4, 2024, and can contact Caleb Ferch at caleb.ferch.1@us.af.mil for further information.
    Ammunition Supply Point/Theater Storage Area - Kuwait 3.0
    Active
    Dept Of Defense
    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. This procurement aims to provide Class V munitions supply support for all ammunition stocks managed by the 1st Sustainment Command (Theater) to U.S. Military, Department of Defense agencies, and Coalition Forces within the U.S. Central Command Area of Responsibility. The contract will encompass critical warehouse operations support services essential for mission success, with an anticipated solicitation release date around October 24, 2024. Interested parties must demonstrate a current U.S. facility clearance to the SECRET level and are encouraged to contact Olivia Carroll or Ben Kimbell for further inquiries.