Automated Storage & Retrieval System (ASRS) Replacement
ID: W912NW24R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK CCAD CONTR OFFCORPUS CHRISTI, TX, 78419-5260, USA

NAICS

All Other Industrial Machinery Manufacturing (333248)

PSC

MISCELLANEOUS MATERIALS HANDLING EQUIPMENT (3990)

Set Aside

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

    The Department of Defense, specifically the Army Contracting Command, is seeking proposals for the Automated Storage & Retrieval System (ASRS) Replacement project at the Corpus Christi Army Depot in Texas. This procurement involves the design, development, and implementation of a Warehouse Management System (WMS) and associated hardware, aimed at enhancing logistical efficiency and material handling capabilities within military operations. The project is critical for improving inventory management and operational productivity, ensuring compliance with government standards and regulations. Interested small businesses must submit their proposals by September 12, 2024, and can direct inquiries to Edward Chilson at edward.a.chilson.civ@army.mil or Archie Covington at archie.l.covington2.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document primarily addresses questions and clarifications related to a government solicitation for a Warehouse Management System (WMS) and Hospital/Distribution Resource Support System (HDRSS) at a specified facility. Key topics include the scope of work, facility specifications, operational requirements, and integration with existing systems. The government is still drafting responses for many inquiries, reflecting ongoing deliberation on several aspects of the project. Notable points include that the WMS is expected to cover all facilities in scope, current operating hours are defined, and a request process is established for obtaining facility drawings and layouts. Compliance with TAA (Trade Agreements Act) is confirmed, indicating that the proposed solutions must adhere to federal purchasing regulations. Historical transactional data is noted to have been provided, aiding contractors in understanding operational needs. Essentially, the solicitation outlines a comprehensive approach to improving inventory management and logistics operations, with a focus on compliance, efficiency, and thorough communication between contractors and government personnel.
    The government document outlines specifications and requirements for a Warehouse Management System (WMS) and High-Density Retrieval Storage System (HDRSS) for various facilities, detailing inventory processes, expected functionalities, and integration needs. Key questions addressed include facility layouts, operational procedures, and equipment requirements. The primary purpose is to enhance material handling efficiency through effective inventory tracking, storage optimization, and improved transaction processing. Significant points include a focus on compliance improvement, productivity enhancement, and quality management, with an emphasis on real-time inventory tracking across multiple locations. The document outlines the anticipated number of transactions per month, identifies specific storage capacities, and clarifies expectations for user access and equipment configurations. Furthermore, it specifies that the proposed solutions must comply with the Trade Agreements Act (TAA), require on-premises infrastructure, and necessitate detailed communication with existing systems, particularly the Logistics Modernization Program (LMP). The timeline for project execution and budgeting parameters are also highlighted, indicating the government’s commitment to maintaining operational efficiency within its warehouse facilities.
    This document outlines the Contract Data Requirements List (CDRL) for the ASRS Replacement project under contract number W912NW24R0002. It specifies the Software/Hardware Requirements Specification (SHRS) as the data item, necessitating compliance with the associated Data Acquisition Document and Statement of Work. The Corpus Christi Army Depot is the requiring office, with detailed submission requirements for data items, including distribution statement and frequency of submission. The government has established a 15-day review period for submitted data; resubmissions are required if disapproved. Additionally, it mandates submission of electronic and hard copies of reports to designated addresses. The document provides guidelines on costs associated with data item preparation, categorizing them into four groups based on their necessity in relation to the primary contracted effort. Overall, the CDRL serves to ensure that essential technical and reporting requirements are met within the contractual framework, facilitating compliance and efficient project management in government contracting contexts.
    The document outlines the Contract Data Requirements List (CDRL) for the software test plan related to the ASRS Replacement project under contract number W912NW24R0002. It specifies the submission requirements, including the format and distribution of data items, as mandated by the Department of Defense. Key details include the need for a draft and final submission, the frequency of delivery, and the requirement for the government to approve or disapprove data within a specified timeframe. The document also emphasizes the responsibilities of the contractor, requiring various copies of the data to be submitted to designated offices for review and approval. The ultimate purpose of the CDRL is to ensure the adequacy and compliance of data submitted by the contractor, thereby facilitating effective management and oversight of the contract. The outlined instructions in the document are essential for contractors bidding on government contracts, ensuring clarity in the expectations for data submission and review processes.
    The document outlines the Contract Data Requirements List (CDRL) related to the ASRS Replacement project (Contract/PR No. W912NW24R0002) by the U.S. Army. It details the requirements for specific data items, including technical specifications and submission formats for fiber optic cabling systems. Key sections include the need for a final report submission post-installation, distribution concerns, and mandatory approvals from government representatives within set timeframes. The requiring office is identified as the Corpus Christi Army Depot, which handles data management aspects. The document also provides instructions for contractors on filling out the CDRL, covering categories for data items, necessary approvals, submittal frequencies, and the determination of associated estimated prices grouped by significance. The purpose of this CDRL is to establish a uniform standard for data submissions in alignment with military specifications ensuring compliance and effective project management.
    The document is a Contract Data Requirements List (CDRL) form used in the U.S. Department of Defense for data submission related to contracts. It outlines specific submission requirements for a software user manual associated with the ASRS Replacement system, identified under contract number W912NW24R0002. Key elements include the title and description of the data item, the requiring office (Corpus Christi Army Depot), submission dates, distribution statements, and estimated pricing categories for data development. The document emphasizes procedures for data item approval, submission frequency, and distribution among government offices. Overall, it serves to ensure the contractor provides necessary documentation per government requirements, facilitating oversight and compliance in defense contracting. This CDRL process is essential in the context of federal RFPs, ensuring that contracted work aligns with established government standards and protocols.
    The document presents a Contract Data Requirements List (CDRL) under the DD Form 1423-1, outlining the requirements for a warranty performance report related to the ASRS (Automated Storage and Retrieval System) Replacement project, identified by contract number W912NW24R0002. It includes specifications for data submission frequency, submission formats, and distribution details, indicating that the report should be submitted to designated government offices. The document highlights the responsibilities of both the preparer and the approval authority, with provisions for submission timelines and communication of government feedback. The requiring office for this data item is the Corpus Christi Army Depot, reinforcing operational protocols and specifying the need for compliance with government standards. This CDRL serves as a guiding framework for contractors involved in federal contracts, ensuring that necessary documentation aligns with contract obligations while facilitating oversight and quality control within defense procurement processes. Overall, it underscores the importance of structured data management in federal contracting to enhance transparency and facilitate compliance with established legal and operational requirements.
    The document is a Contract Data Requirements List (CDRL) aimed at outlining specific data submission requirements for the Cybersecurity Strategy Implementation Plan related to the ASRS Replacement under contract W912NW24R0002. Key details include the regulations for submitting technical data packages, the required approval process, and guidelines for document distribution, with specific points of contact at the Corpus Christi Army Depot. The CDRL specifies the frequency and requirements for submitting drafts and final reports, along with the responsibilities of the contractor for ensuring data adequacy and compliance with government standards. It indicates that submissions must be approved within 15 days, necessitating resubmission within the same timeframe if disapproved. The document also presents instructions for completing the DD Form 1423, categorizing the technical data into four price groups based on importance and estimated costs associated with compliance. Overall, the CDRL serves to facilitate the government's oversight and assessment of contractor data submissions, emphasizing adherence to set protocols and timelines, essential for federal contracts and projects.
    The document outlines the Contract Data Requirements List (CDRL) for the ASRS Replacement project under contract number W912NW24R0002, administered by the Corpus Christi Army Depot. It defines essential technical data that the contractor needs to provide, including technical data packages and specifications for submission. The form specifies the roles and responsibilities of the contractor, including deadlines for submissions and the government’s inspection and approval processes. Additionally, the document details the distribution of data, which is restricted to U.S. government agencies, and outlines requirements for submitting both hard and electronic copies of reports. The document emphasizes the importance of compliance with the outlined specifications and timelines to ensure the effectiveness and operational readiness of the project, reflecting the broader context of federal procurement practices and data management in government contracts. Overall, it serves to guide contractors in fulfilling their obligations while maintaining clear communication with the government entity involved.
    The document outlines the Contract Data Requirements List (CDRL) for the ASRS Replacement project under contract number W912NW24R0002. It specifies the details regarding the Telecommunications System Installation Plan, including submission dates and requirements for draft and final copies. The requiring office is the Corpus Christi Army Depot, which is responsible for overseeing the adequacy of the data item. Key sections detail the frequency of data submissions, distribution statements, and the approval process for resubmissions after government review. Additionally, the document provides guidance on categorizing data items (e.g., Technical Data Package, Technical Manual) and stipulates the roles of government and contractors in data submission and approval. A pricing framework categorizes estimated costs into four groups based on the necessity and nature of the data provided. This structured approach emphasizes the importance of compliance with government requirements essential for successful contract execution. Overall, the document serves as a formal guideline for contractors to understand and fulfill their data submission obligations in response to government contracting needs.
    The document is a Contract Data Requirements List (CDRL) outlining submission requirements for the ASRS Replacement project, identified by contract number W912NW24R0002. It details the necessary data items, specifically a Site Preparation Requirements and Installation Plan, along with relevant authorities and contractual references. The requiring office is the Corpus Christi Army Depot, which is responsible for inspecting and approving submitted documents. Key sections include submission timelines, distribution requirements, and price estimations for various data groups based on their relevance to the contract. The document mandates that contractors submit a final report alongside a digital copy and specifies distribution limitations to authorized government agencies only. The overarching purpose is to ensure compliance with data submission, enhance data management, and facilitate communication between contractors and government entities regarding project requirements and deliverables.
    The document outlines the Contract Data Requirements List (CDRL) for the ASRS Replacement project under U.S. Army contracting. It provides details on the submission of technical manuals and equipment manuals, including requirements for the contractor to deliver a final copy of documents to relevant offices. Key information includes the identification of the requiring office—the Corpus Christi Army Depot—specifications for submission frequency, and distribution statements. It emphasizes the importance of marking documents for government usage, outlines submission timelines for review and approval, and categorizes data items. The document also describes cost categorization for the data items, ranging from essential to minimal cost. Overall, its purpose is to ensure compliance with government standards for technical documentation associated with military contracts, facilitating efficient management and oversight in the procurement process.
    The document presents a Contract Data Requirements List (CDRL) for the ASRS Replacement project, providing detailed specifications for data item submissions associated with a government contract (No. W912NW24R0002). The CDRL outlines responsibilities of both the contractor and the government, including specific categories for data items such as Technical Data Package (TDP) and Technical Manual (TM). Essential elements include submission frequency, requiring office details, and distribution statements. The contractor must provide interim and final status reports, with confidentiality provisions limiting distribution to U.S. Government agencies only. The CDRL emphasizes the contractor's obligation to submit drafts for government review and resubmission timelines in case of disapproval. Key contacts are listed, along with compliance details regarding pricing groups for data item preparation. The comprehensive instructions as part of the form elucidate how to interpret and fill out each section accurately, ensuring compliance with government data requirements. This document plays a pivotal role in the scope of federal contracts, detailing the systematic approach to data management within government-funded projects.
    The document is a Contract Data Requirements List (CDRL) pertaining to the Army’s ASRS Replacement project (Contract/PR No. W912NW24R0002). It outlines the requirements for submitting a Contractor Safety Plan, specified under Data Item No. DI-SAFT-82080, and governed by the Statement of Work. The requiring office for this data submission is the Corpus Christi Army Depot, with detailed contact information provided. The document specifies the frequency of data submission and distribution practices, indicating that submissions should be made to both the requiring office and the U.S. Army Contracting Command. Responses must be submitted within established timelines, and approval or disapproval will occur within 15 days of receipt. Additionally, instructions for completing the form include classifications for different types of technical data and their respective cost groups. This CDRL serves to ensure safety and compliance within contractor operations, reinforcing the government’s commitment to rigorous oversight in defense contracting processes.
    The document is a Contract Data Requirements List (CDRL) form, DD Form 1423-1, focusing on data submissions related to the ASRS Replacement project under Contract Number W912NW24R0002. It details specific requirements for a Health Hazard Assessment Report, including submission frequencies, approval timelines, and data distribution guidelines. The requiring office is the Corpus Christi Army Depot, which oversees the project and ensures compliance with government standards. Distribution Statement B restricts access to U.S. Government agencies only, and all submissions must be approved by the government within set timeframes. The form further outlines procedural instructions for completion, specifying data item categories such as Technical Data Packages and Technical Manuals. It emphasizes the importance of clear documentation regarding the data's content, format, and pricing. Overall, the CDRL aims to ensure structured data management aligned with federal contracting protocols, enhancing project execution within governmental frameworks.
    The document outlines the Request for Proposal (RFP) W912NW24R0002, issued by the Army Contracting Command for acquiring a Warehouse Management System (WMS) software and hardware solution. The solicitation specifies a submission deadline of September 9, 2024, and indicates a set-aside for small businesses. Key components include the requirement for design, development, testing, implementation, and training related to the WMS, as defined in the attached Statement of Work (SOW). The document also includes detailed sections on site visit information, submission guidelines for offerors, clauses incorporated by reference, and instructions for representations and certifications, emphasizing the importance of compliance with various government contracting regulations. Furthermore, it highlights the ongoing transition to the Army Contract Writing System (ACWS), advising offerors of possible changes in documentation format and submission processes during this period. Essentially, this RFP seeks to enhance the Army's logistical efficiency through updated technological solutions, stressing the importance of collaboration with selected contractors to achieve a functional and integrated system at the Corpus Christi Army Depot. The document serves to inform potential contractors of specific requirements, timelines, and the overall objectives of the procurement process.
    The document is an amendment to a solicitation issued by the Army Contracting Command at Redstone Arsenal, extending the proposal submission deadline for contract W912NW24R0002. The offer closing date has been moved from September 9, 2024, to September 12, 2024, maintaining all other terms and conditions unchanged. It outlines the processes for contractors to acknowledge the amendment, including methods for submission of acknowledgment to avoid rejection of their offers. The contract pertains to activities at the Corpus Christi Army Depot and is a standard adjustment made after the original solicitation date. This amendment reflects the government's ongoing procurement activities while providing contractors with additional time to prepare their submissions.
    The document concerns an amendment related to Army Contracting Command - Redstone, specifically canceling the solicitation numbered W912NW24R0002 in its entirety. Issued on January 14, 2025, the amendment indicates that the terms and conditions of the previous solicitation remain unchanged. It instructs potential contractors to acknowledge receipt of the cancellation prior to the specified deadline or potentially face rejection of their offer. The document includes administrative details such as the contact information for Edward Chilson at the Corpus Christi Army Depot, and specifies that the contracting officer must sign it. This cancellation emphasizes the government's ability to modify procurement processes responsibly while maintaining transparency and compliance within federal contracting frameworks.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Army Contracting Command – Red River Army Depot (ACC-RRAD) is soliciting innovative commercial solutions through a Commercial Solutions Opening (CSO) aimed at modernizing its Organic Industrial Base (OIB). This initiative focuses on acquiring advanced manufacturing technologies and services to enhance capabilities in areas such as agile facilities, connected digital enterprises, and automation, thereby improving operational efficiency and readiness for military applications. The CSO is part of a broader strategy to sustain the Army's technological advantage and will remain open for submissions until September 30, 2025, with specific areas of interest and deadlines for various proposals outlined in the solicitation documents. Interested parties can contact the CSO Inbox at usarmy.rrad.acc.mbx.cso@army.mil for further information and must ensure registration with the System for Award Management (SAM) to participate.
    Army Contracting Command – Anniston Army Depot (ACC-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Anniston Army Depot, is soliciting proposals for the Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO). This initiative aims to procure innovative commercial technologies and services that enhance Army operations, focusing on areas such as agile manufacturing, advanced manufacturing, and cyber security, as mandated by the 2022 National Defense Authorization Act. The CSO is critical for integrating modern technologies into existing manufacturing processes to improve operational efficiency and military readiness. Proposals are accepted until September 30, 2030, and interested parties can contact Amber Burdett at amber.e.burdett.civ@army.mil or 571-588-0960 for further information.
    Supply Chain Optimization Support (SCOS)
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking qualified vendors to provide Supply Chain Optimization Support (SCOS) services for the AMCOM Logistics Center. The objective is to enhance Stock Availability service support for Non-Performance Based Logistics related to B-64 missile and B17 aviation Source of Supply systems, focusing on areas such as forecasting, demand planning, inventory management, and logistics. This opportunity is particularly significant as it aims to meet evolving mission needs through innovative and efficient supply chain solutions. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit a one-page capabilities statement by 2 pm CST on August 1, 2025, to Jennifer L. McClure at jennifer.l.mcclure14.civ@army.mil, and must be registered in the System for Award Management (SAM) and hold Joint Certification Program (JCP) certification.
    Modular Approach Shoring System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Modular Approach Shoring System to enhance cargo handling capabilities at Fairchild Air Force Base in Washington. The procurement seeks two sets of a 26K DAMAS Airlift Modular System designed for the efficient transport of vehicles and trailers to aircraft or ships, with specific requirements for handling rolling stock vehicles from military aircraft, including C-130, C-17, and C-5 models. This initiative underscores the importance of supporting small businesses, as the solicitation is set aside exclusively for small enterprises, with all offerors required to be registered in the System for Award Management (SAM). Interested vendors must submit their quotes, including pricing, delivery timelines, and compliance with technical specifications, by July 9, 2025. For further inquiries, potential bidders can contact Amn Evan Maddox at evan.maddox@us.af.mil or 509-247-4873, or 2Lt Brandon Teague at brandon.teague.1@us.af.mil or 509-247-3488.
    FY 25 U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) Headquarters, Field, & Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) is seeking innovative commercial solutions through a Commercial Solutions Opening (CSO) aimed at enhancing the Army's modernization efforts. This opportunity invites both traditional and nontraditional defense contractors to propose solutions that improve Army sustainment capabilities, focusing on areas such as supply chain innovation, maintenance technologies, and sustainment analysis studies, leveraging advancements in artificial intelligence, robotics, and data analytics. The CSO process includes multiple phases, starting with a solution brief submission, and is open until September 30, 2025, with evaluations based on technical merit and responsiveness to areas of interest. Interested parties can contact Carmen Madere at carmen.m.madere.civ@army.mil or Daniel Magar at daniel.e.magar.civ@army.mil for further information.
    Uncrewed Aircraft Systems (UAS) for the United States Army
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from vendors regarding the procurement of Small Uncrewed Aircraft Systems (SUAS) as part of a Sources Sought notice. The Army aims to acquire up to 10,000 UAS by September 2025, with a focus on maintaining unit costs below $2,000 and ensuring that Soldiers can independently modify and repair these systems. This initiative is crucial for enhancing UAS production capacity and reducing costs, as the systems will be utilized for various military applications, including training exercises and operational missions. Interested parties are encouraged to submit their responses, including a completed Response Template and a one-page white paper, by 1600 CST on July 18, 2025, to the designated contacts, Elbert Clarke and Miguel Harris, via their provided email addresses.
    Construction of Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) at Defense Supply Center Richmond (DSCR), VA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a 15,100 square foot Area Maintenance Support Activity (AMSA) and Vehicle Maintenance Shop (VMS) at the Defense Supply Center Richmond (DSCR) in Virginia. This project encompasses various requirements, including the installation of information systems, fire protection and alarm systems, energy monitoring control systems, and supporting facilities such as paving, utility connections, and site improvements, all designed in accordance with the Army Reserve Design Guide. The contract, estimated to be valued between $10 million and $25 million, will be awarded as a Firm-Fixed-Price contract, with a duration of approximately 730 calendar days from the award date. Interested contractors must register with the System for Award Management (SAM) and submit their proposals by July 10, 2025, to Alex Hamilton at alex.j.hamilton@usace.army.mil for consideration.
    FA8604 Storage Aid System at Kirtland AFB, New Mexico MMHS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the design, fabrication, installation, and testing of a Storage Aid System at Kirtland Air Force Base (AFB) in New Mexico. This procurement is a total small business set-aside, emphasizing the government's commitment to supporting small enterprises in the Conveyor and Conveying Equipment Manufacturing industry, as indicated by the NAICS code 333922. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation criteria, with a firm-fixed price contract type and a performance period of 360 days post-award. Interested parties must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) by July 30, 2025, at 3:00 PM Eastern Daylight Time, and can direct any questions to Andrew Petersen at andrew.petersen.3@us.af.mil or Samantha Ekberg at samantha.ekberg@us.af.mil by July 23, 2025.
    Defense Commissary Agency (DeCA) Commercial Solutions Open (CSO)
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command at Aberdeen Proving Ground, is issuing a Commercial Solutions Opening (CSO) for the modernization of the Defense Commissary Agency's Enterprise Business Systems (EBS 2.0). This initiative aims to enhance operational efficiency and effectiveness in managing commissary services for military families by integrating various business functions, including financial management and supply chain processes. The CSO is a competitive solicitation that will remain open until August 12, 2025, with the possibility of extension, and interested parties must submit a solution brief by October 22, 2024, to be considered. For inquiries, potential offerors can contact Tanya Buttner at Tanya.d.buttner.civ@army.mil or Chere Benson at Chere.v.benson.civ@army.mil.
    361 TRS AFE Composite Tool Kit Storage
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of Composite Tool Kit Storage items at Sheppard Air Force Base in Texas. This opportunity involves providing a tool kit storage solution, including features such as lockable/unlockable wheels for specific items, as outlined in the solicitation documents. The goods are essential for maintaining operational readiness and efficiency within the Air Force's technical operations. Interested small businesses must submit their quotes via email by 2:00 PM CST on July 11, 2025, and all inquiries should be directed to Kyle Contreras at kyle.contreras.1@us.af.mil or by phone at 940-676-5182. Note that funding is not currently available, and the government reserves the right to cancel the solicitation if necessary.