The RFP Database
New business relationships start here

Radford Army Ammunition Plant Request for Information


Illinois, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Description: The U.S. Army Contracting Command, Rock Island, on behalf of the Office of Project Director, Joint Services (PD JS), located at Picatinny Arsenal, NJ is currently seeking interested sources for the production of Nitrocellulose (NC) and propellant products; and the operation, maintenance, and modernization of the Radford Army Ammunition Plant (RFAAP) to provide Industry input into development of future procurement strategy. RFAAP is located in Radford, VA, and is a Government-Owned, Contractor- Operated (GOCO) facility that produces NC, solvent and solventless propellants, and rocket grains. In addition to the production of these end products, the operating contractor is required to maintain and modernize equipment and facilities as well as provide base support services (e.g., grounds maintenance, fire protection, safety and security).

RFAAP is an eligible facility under the Armament Retooling and Manufacturing Support (ARMS) program. As such, the operating contractor will be required to market idle and underutilized facilities at RFAAP for commercial use by private sector firms. The operating contractor must comply with all Federal, State, and Local laws and Army regulations and policies.

Specifications: Technical Data Packages (TDP) for this effort are not currently available and will not be provided prior to the closing date of the posting. TDPs will be provided at a later date upon issuance of any draft solicitation.

Planned Acquisition: The Government contemplates that as a result of a full and open best value competition, a long term facility use and production contract will be awarded with a period of performance beginning in Fiscal Year (FY) 2022. Anticipated production quantities will vary given funding requirements. The Government anticipates hosting multiple Industry days for this beginning in the fall of 2019 which may include one-on-one sessions.

Current State: The current RFAAP contracts consist of a no cost facility use contract, a Basic Ordering Agreement contract to execute modernization projects and an Indefinite Delivery Indefinite Quantity supply contract.  The contracts cover a full range of operations and maintenance services, program and project management services. The Government is directly paying for Performance Work Statements associated with the operation and maintenance of RFAAP that were previously funded indirectly with revenues through delivery orders issued on the companion production Indefinite Delivery Indefinite Quantity contract. All current modernization projects are sourced through the operating contractor.

Government Objective:  It is the intent to improve the business practices at the RFAAP facility to provide the Government the most flexibility in modernizing and operating RFAAP as well as providing incentives for continuous improvement.  The Government's long-term objective is to enable the facility to compete for product in the open market while serving the Government's need for long-term, more cost-effective sustainment of production capabilities. The Government's objective for the contemplated acquisition is to establish a new operating paradigm that reflects and enables the transition from the current state of the facility to the desired future state, as it relates to both production capabilities and the overall operating model. The Government's objective for this sources sought is to obtain information on potential interested industry sources. The Government intends on providing a "Baseline Facility Assessment" and access to a "Virtual Tech Library" which will provide potential offers both "Brick and Mortar" plant configuration and a web site to share critical information respectively to generate an environment to encourage a value added competition.

Submission Information: The Government encourages all responsible interested sources to submit their capabilities/qualification data which demonstrates experience with production of propellant products and large plant operations. Additionally, the Government encourages industry's feedback on potential terms and conditions as annotated in the paragraph titled "Government Objectives" to be included in the acquisition. This includes, but is not limited to, the following (Limited to fifteen pages):

(1) Contract length, incentive arrangement (e.g. award term) and structure that best provides bidders the incentive to self-invest and provides ultimate long-term advantages to both Government / Contractor.

(2) Contractor investment arrangement for commercial use of excess production capacity.

(3) Maximizing application of commercial best practices in the operation and maintenance of the facility.

(4) Reducing reliance on technology and industrial base sectors that are economically dependent on Department of Defense business.

(5) Enabling a future state where underutilized areas of the plant are sub-leased to other munitions companies, subject to maintaining high safety and security standards, either where DoD identifies a requirement for a particular product, or where a commercial opportunity exists (e.g. 500 acres in Dublin Area).

(6) Teaming arrangements that optimize expertise across the diverse functions necessary to operate the plant (e.g. produce product, generate steam, design production lines, guard the facility).

(7) Implementing cost effective solutions to produce required products while preserving surge capability within the United States and Canada.

(8) Cost effective business operating model that would enable/encourage the long-term viability of the facility which may include reduction of current footprint or an effective re-configuration of the current production facilities.

(9) Most cost effective way to maintain the capability to produce all current RFAAP products within the National Technology and Industrial Base (NTIB).

(10) Describe any significant issues that would surface during the TRANSITION PERIOD from the end of the current contract to the beginning of a New Operator Contract (NOC) with regards to work in progress and ability to generate revenue.

(11) Request interested contractor(s)  provide  the Government with necessary "White Papers" to further assess risk and identify any information that will accommodate a smooth and methodical transition for issues such as Requalification of Production, novation agreements between current and NOC, etc. 

(12) Recommend opportunities where modernization and/or upgrade of facility operations (e.g., machines, processes, information technology) can enable near and long term benefits that include but not limited to: physical security, energy utilization, preventive maintenance, supply and demand fluctuations, quality assurance, scrap reduction, waste remediation and a safe and healthful work environment.


The Government requests submittal of information via electronic mail to Christopher Gericke at christopher.d.gericke.civ@mail.mil no later than 30 days from this notice. Interested companies should respond by providing the Government the following information (Limited to three pages):

(1) Name of Company and CAGE Code
(2) Point of Contract's name, telephone number and email address
(3) Company Address
(4) Business size information (please specify as either large, foreign, small, small disadvantaged, 8(a), woman-owned small business, historically underutilized business zone concern, veteran-owned small business, or service-disabled small business)
(5) Experience in the production of propellants
(6) Experience in the manufacture of Government and/or commercial ammunition
(7) Experience in construction and maintenance of ammunition production projects

This is a market survey for planning purposes only and shall not be construed as a Request for Proposal, nor as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. Participation in this effort is strictly voluntary. The Government intends to use the information received to develop the acquisition strategy for future requirements. Any of the information stated above is subject to change. Please identify any proprietary information submitted. All information submitted will be held in a confidential status and will be afforded the appropriate protections. If a formal solicitation is generated at a later date, the Government will publish a solicitation notice.

Contracting Office Address:
3055 Rodman Avenue
Rock Island, Illinois 61299-8000
United States


Christopher D. Gericke, Contract Specialist, Phone 3097826129, Email Christopher.d.gericke.civ@mail.mil - Jeremie P. Garrow, Contract Specialist, Phone 3097823576, Email jeremie.p.garrow.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP