Hawthorne Army Depot Operation, Maintenance, and Modernization Sources Sought
ID: W519TC-25-S-HWADType: Sources Sought
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, specifically the Department of the Army, is seeking sources for the operation, maintenance, and modernization of the Hawthorne Army Depot (HWAD) in Nevada. The procurement aims to ensure safe and environmentally responsible management of ammunition, arms, and explosives, while supporting ongoing modernization efforts and compliance with U.S. Army regulations. This opportunity is critical for maintaining operational integrity and national security, as it involves comprehensive inventory management, safety protocols, and coordination with government Quality Assurance Specialists. Interested vendors should contact Ashley Korves at ashley.m.korves.civ@army.mil or John Fotos at john.g.fotos.civ@army.mil for further details, and responses to the Sources Sought notice are due by February 24, 2025.

    Files
    Title
    Posted
    The Supply Depot Operations Performance Work Statement (PWS) outlines the procedures for receiving, issuing, and storing Ammunition, Arms, and Explosives (AA&E) and Industrial Plant Equipment (IPE) at the Hawthorne Army Depot (HWAD) in compliance with U.S. Army regulations. The objective is to ensure safe, secure, and environmentally responsible operations while supporting the Joint Munitions Command Modernization effort. Key aspects include detailed guidelines on storage management, accurate record-keeping using the Logistics Modernization Program (LMP), comprehensive safety protocols, and coordination with government Quality Assurance Specialists (QASAS). The document specifies roles for contractors in managing inventories, conducting inspections, and maintaining compliance with regulatory requirements. Emphasis is placed on reporting, addressing discrepancies, and adhering to strict safety standards during both receiving and issuing processes. This PWS is essential for maintaining operational integrity, ensuring accountability, and safeguarding national security interests related to ammunition management and demilitarization operations.
    The Amentum Form 271 R2, dated May 2018, outlines the process for civilians seeking access to the Hawthorne Army Depot under the Department of Defense's physical access control policies. The document, governed by Title 10 U.S. Code, ensures that force protection measures apply to non-DoD credentialed individuals. Applicants must provide comprehensive personal details, including criminal history, and may be subject to a background check to assess suitability for access. Critical information such as the applicant's identity, reasons for access, and previous offenses related to military installations form part of the inquiry. Failure to comply with mandatory disclosures may hinder approval processes or lead to access denial. The form emphasizes the importance of truthful reporting, clarifying that false information could result in criminal penalties or revocation of access rights. The overarching aim is to uphold national security and safeguard military installations, reflecting a stringent approach to personnel access in military contexts.
    The document details the attendee list from the Hawthorne Army Depot Industry Day, held on January 29-30, 2025. It features representatives from various companies engaged in munitions and environmental response sectors, emphasizing their roles and contact information. Notable participants include individuals from organizations like Acuity International, Amentum, Chenega Security, and KBR Services, along with their respective leaders in business development and management. The gathering aims to foster collaboration and knowledge sharing among major players in government contracting related to environmental services and munitions response. This attendee list serves as a resource for understanding the key stakeholders in these sectors, highlighting potential partnerships and insights into future government RFPs and grants. Overall, the document underscores the significance of industry engagement in government contracting processes, particularly in specialized fields such as environmental response.
    The Hawthorne Army Depot (HWAD) is hosting an Industry Day on January 29-30, 2025, aimed at providing industry stakeholders with an overview of the HWAD Operating Contractor requirements and a tour of the facilities. This event will facilitate collaboration and input from industry partners to finalize a mutually beneficial contracting strategy. It outlines key safety protocols and environmental considerations that attendees must adhere to while on-site, including the prohibition of personal electronic devices in specific areas. The document also details the tentative acquisition strategy for contract renewal, which is structured for full and open competition over a duration of ten years. Potential Performance Work Statements (PWS) included in the upcoming RFP cover a range of essential services, such as supply depot operations, demilitarization, maintenance, safety, and environmental management. Key features emphasized in the strategy include the need for compliance with environmental regulations, the requirement for contractors to be registered in the System for Award Management (SAM), and the necessity for facility clearance to handle classified materials. The HWAD aims to enhance its operational capabilities while ensuring public safety and environmental compliance throughout this acquisition process. Participants are encouraged to monitor the SAM website for updates related to the RFP and industry engagement opportunities.
    The U.S. Government's response outlines key details concerning a Request for Proposals (RFP) related to operations at Hawthorne Army Depot (HWAD). It addresses land availability for contractors, ongoing assessments of facilities, and timelines for the solicitation process. The government proposes a 5-year base contract with two option periods and indicates that a draft RFP will be released on March 25, 2025, with responses due by October 29, 2025, and contract awards projected for June 2026. Demilitarization (Demil) capabilities, including explosive removal and disposal methods, are integral to the contract, and Open Burn/Open Detonation will continue until alternatives are implemented. Key demil priorities at HWAD focus on specific munitions such as Cluster Bomb Units and Improved Conventional Munitions, aiming for 8,000 to 10,000 tons of demilitarization annually. Considerations of local labor conditions and federal environmental regulations are mentioned, emphasizing responsibilities of the contractor in these areas. The government also expresses openness to feedback on various aspects of the acquisition strategy, including proposed evaluation criteria and modernization efforts, demonstrating a collaborative approach to the evolving procurement process for the HWAD operations and maintenance contract.
    The document outlines inquiries and responses related to the responsibilities and operations at Hawthorne Army Depot (HWAD) as part of a Request for Proposal (RFP) process. It details the number of facilities, maintenance obligations, and the handling of technical and safety assessments. Key points include the need for certified mechanics for maintenance, access to historical workload data for more informed bidding, and the provision of a Virtual Technical Library on SAM for contractors to access vital information, such as equipment lists and environmental assessments. The Government emphasizes comprehensive maintenance for all active facilities and equipment, while also clarifying the contractor’s responsibility for specific operations, such as maintaining weather stations. The document indicates ongoing modernization efforts at HWAD, with potential bidding opportunities for contractors, although details are not yet finalized. The importance of transparency and access to information for potential bidders is underscored, as timely provision of data is crucial for developing competitive proposals. Overall, the responses strive to ensure that contractors are well-informed and can meet the operational complexities of HWAD.
    The Hawthorne Army Depot (HWAD) is hosting Industry Day #1 in January 2024, aimed at facilitating engagement between government officials and businesses. Companies interested in attending must complete a registration form and submit it by December 16, 2024. Key information required includes company details, ownership status, and a request for consent to release attendee contact information to promote subcontracting and teaming opportunities. The government plans to offer tours of the HWAD facilities, requesting industry feedback on various logistical aspects to enhance these tours. Topics for feedback include the timing and duration of visits, preferred facilities to be included, the optimal number of attendees per company, and any additional inquiries or suggestions. This initiative underscores the government’s intent to promote collaboration and information sharing in contracting and procurement activities, ultimately supporting better project outcomes and community involvement.
    The Hawthorne Army Depot (HWAD) is hosting Industry Day #1 in January 2024, where companies are invited to register for participation. Responses must be sent to designated Army officials by noon on December 16, 2024. The registration form collects essential information, including company name, ownership status, contact details, and preferences for the release of attendee information for potential subcontracting opportunities. The government plans to facilitate tours of the HWAD facilities, with the aim of gathering industry feedback on tour logistics and focus areas. Specific inputs are solicited regarding the number and timing of tours, desired facilities to be showcased, duration of the visits, and related inquiries. This initiative serves to foster collaboration and transparency between the Army and the business community, ensuring prospective participants are adequately informed and engaged throughout the project lifecycle. Feedback from interested parties is vital for optimizing future interactions and enhancing the success of the Industry Day events.
    The document is an Individual Registration Form for the Hawthorne Army Depot (HWAD) Industry Day #1, scheduled for January 2024. Participants intending to join the event must pre-register by submitting their information, including name, company, title, phone number, and email address, to designated contacts (Bridget Kramer, Caitlyn Smith, and Ashley Korves) by 12:00 PM CT on December 16, 2024. The registration is crucial for organizing the event effectively and ensuring all attendees are accounted for. The form emphasizes the requirement for pre-registration, signaling the importance of engaging with industry stakeholders for the event, which aligns with federal initiatives to foster collaboration and communication between government entities and private organizations within the context of federal grants and RFPs.
    The document addresses inquiries regarding an existing government contract related to specific service requirements. The requester seeks clarity on whether this is a new initiative or a continuation of services previously contracted. In response, it is confirmed that the current contract number for this effort is W52P1J-21-D-0036. This brief exchange highlights the importance of tracking contract identifiers in federal procurement processes and indicates that a contractor has previously engaged in fulfilling these requirements, signaling ongoing government operations or projects. This context is vital for potential bidders and stakeholders involved in federal grants or RFP processes, ensuring they are aware of existing contracts to inform their participation in future proposals.
    The Hawthorne Army Depot (HWAD) has issued a Sources Sought Response Form, inviting responses from interested vendors by February 24, 2025. Respondents must provide essential details including their company name, CAGE Code, contact information, business size classification, and whether they seek to participate as a prime or subcontractor. A brief summary of the company’s capabilities, along with relevant experience, is also required, particularly concerning safety and environmental regulations related to government operations. The government seeks industry feedback on several acquisition aspects, including contract structure, length, incentive arrangements, and innovative approaches to demilitarization and renewable energy. The document encourages input on storage consolidation and the management of multiple contracts separating facility management from the ammunition mission. Clarifications will be addressed at an upcoming Industry Day. Overall, the document reflects the government's efforts to streamline procurement and gather insights on best practices from the industry.
    Lifecycle
    Similar Opportunities
    Sources Sought Hazardous Waste Removal Alaska
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified contractors for a Sources Sought notice regarding hazardous waste removal services in Alaska. The procurement aims to identify businesses capable of handling the removal, transportation, and disposal of various hazardous waste types, including RCRA hazardous wastes, non-RCRA wastes, and other regulated materials from military installations and surrounding areas within a 50-mile radius. This initiative is crucial for ensuring compliance with environmental regulations and promoting safe waste management practices in military operations. Interested firms must submit a capabilities statement by 5:00 p.m. EST on January 2, 2025, to Michael Mamaty at Michael.Mamaty@dla.mil, with a copy to hazardouscontractswest@dla.mil, including “SOURCES SOUGHT Alaska” in the subject line.
    USACE SPK DBB Construction – DLA SIAD Improvements, Repairs, and Fencing Canopy – Sierra Army Depot, Herlong, CA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the USACE SPK DBB Construction project, which involves improvements, repairs, and the installation of a fencing canopy at the Sierra Army Depot in Herlong, California. The procurement aims to enhance the infrastructure and security of the depot, which plays a critical role in supporting military operations. Interested contractors should note that the opportunity falls under the NAICS code 236220, focusing on commercial and institutional building construction, with a primary contact for inquiries being Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil or by phone at 916-557-7621. This is a Sources Sought notice, and further details regarding deadlines and funding amounts will be provided as the procurement process progresses.
    Automotive Service
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for automotive service contracts at the Sierra Army Depot in Herlong, California. The procurement aims to secure diagnostic, repair services, and parts for various automotive equipment, with a focus on small businesses as indicated by the Total Small Business Set-Aside designation. This contract is crucial for maintaining the operational readiness of the facility's motor pool and includes a base year with two option years for performance. Interested contractors must submit their proposals by February 24, 2025, and can direct inquiries to Heidi Young at heidi.m.young.civ@army.mil or Melissa Kaarbo at melissa.m.kaarbo.civ@army.mil.
    M777 Digital Fire Control Hardware
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of M777 Digital Fire Control Hardware. This opportunity is categorized as a Sources Sought notice, aimed at identifying potential vendors capable of manufacturing small arms and ordnance accessories, as indicated by the NAICS code 332994. The M777 Digital Fire Control Hardware is critical for enhancing the operational capabilities of military artillery systems, ensuring precision and effectiveness in combat scenarios. Interested parties are encouraged to reach out to Daniel Rakauskas at daniel.s.rakauskas.civ@army.mil or Klaudia A. Grabias at klaudia.a.grabias.civ@army.mil for further information regarding participation in this procurement process.
    PENDLETON HAZARDOUS WASTE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Service, is seeking sources for hazardous waste management services at Camp Pendleton, California. The procurement involves the removal and disposal of various hazardous and non-hazardous waste types, adhering to federal and state regulations, with a focus on compliance with the Resource Conservation and Recovery Act (RCRA). This opportunity is critical for ensuring safe and environmentally responsible handling of hazardous materials, including specific requirements for waste evaluation, sampling, and timely reporting, particularly for substances like PFAS. Interested parties can contact James Mayotte at james.mayotte@dla.mil or 269-961-4450 for further details regarding this Sources Sought notice.
    Sources Sought for 155mm and 105mm Artillery Load, Asemble, and Pack (LAP) Capability at Iowa Army Ammunition Plant (IAAAP)
    Buyer not available
    The Department of Defense, through the Army Contracting Command-Rock Island (ACC-RI), is seeking information from potential contractors for the design, construction, and commissioning of a modern Load, Assemble, and Pack (LAP) facility at the Iowa Army Ammunition Plant (IAAAP) in Middletown, Iowa. This facility will be responsible for loading, assembling, and packing 155mm and 105mm artillery projectiles, with an optimal production capacity of 36,000 rounds per month, aimed at enhancing production efficiency and meeting military needs. Interested parties are required to submit their technical and operational capabilities, including safety and environmental compliance, by March 17, 2025, with an Industry Day scheduled for February 2025 to facilitate engagement with the government. For further inquiries, interested vendors can contact Mr. Corey Schaefer at corey.m.schaefer.civ@army.mil or Mr. Beau Bixler at beau.j.bixler.civ@army.mil.
    PM MHTV Diminishing Manufacturing Sources and Material Shortages
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the PM MHTV Diminishing Manufacturing Sources and Material Shortages project, which is categorized under Heavy Duty Truck Manufacturing. The procurement aims to address challenges related to diminishing manufacturing sources and material shortages, ensuring the continued availability and support of critical military vehicles and equipment. This initiative is vital for maintaining operational readiness and sustainability of ground effect vehicles, motor vehicles, trailers, and cycles used by the military. Interested parties can reach out to Hyung Lee at hyung.lee@usmc.mil or Kelvy P. Donovan at kelvy.donovan2@usmc.mil for further information, with the presolicitation notice indicating that the place of performance will be in Quantico, Virginia.
    3573 HAYWARD Drydock
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Philadelphia office, is seeking qualified contractors for the 3573 Hayward Drydock project. This presolicitation opportunity is set aside for small businesses and involves shipbuilding and repairing services, categorized under NAICS code 336611 and PSC code J998 for non-nuclear ship repair. The procurement is crucial for maintaining and enhancing the operational capabilities of naval vessels, ensuring they are fit for service. Interested parties should reach out to Matthew Rhoads at matthew.t.rhoads@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details.
    USACE SPK DBB Construction - Military Ocean Terminal Concord, Containerized Ammunition Holding Facilities, Concord, California
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for the construction of Containerized Ammunition Holding Facilities at the Military Ocean Terminal in Concord, California. This project aims to enhance military readiness by improving ammunition storage capabilities, with specific requirements including civil, structural, electrical, and demolition work, while adhering to environmental protocols and safety measures. The contract is significant for modernizing military infrastructure and ensuring compliance with federal guidelines, with bids due by January 29, 2025, at 10:00 AM PST. Interested contractors can reach out to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil or Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL for further information.
    FY26 EAFB - Munitions Maintenance (MUNS MX), Ellsworth AFB, South Dakota (SD)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for munitions maintenance services at Ellsworth Air Force Base (AFB) in South Dakota. This procurement aims to address the maintenance needs for munitions, which are critical for ensuring operational readiness and safety within military operations. The opportunity falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, highlighting the construction-related aspects of the maintenance services required. Interested parties can reach out to Thomas McFall at thomas.g.mcfall@usace.army.mil or Brittany Gull at brittany.c.gull@usace.army.mil for further information regarding this sources sought notice.