Search Contract Opportunities

ASP/TSA 2.0   4

ID: W52P1J15R0090 • Type: Synopsis Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 21, 2016, 9:30 a.m. EDT
All questions and comments shall be directed, in English, to
USARMY.RIA.acc.mbx.asp-tsa-2@mail.mil. Please place the RFP number
W52P1J-15-R-0090, in the subject line. The deadline to submit questions or
comments on the RFP is 23 September 2016 at 0800 (Central Time). Responses
received after the established deadline may not be considered. Format of
question submission shall be in Microsoft Excel and consistent with the
question format outline in Section J - Attachment 0017 of the solicitation.
Posted: Sept. 20, 2016, 4:16 p.m. EDT
Posted: Aug. 30, 2016, 5:32 p.m. EDT
Posted: Aug. 26, 2016, 4:01 p.m. EDT
The purpose of this notice is to issue solicitation for the Kuwait Ammunition Supply Point and Theater Storage Area 2.0 (ASP/TSA 2.0) requirement.

Army Contracting Command - Rock Island (ACC-RI) is issuing this solicitation for Class V munitions supply support for all ammunition stocks accounted for by 1st Sustainment Command (Theater)(1st TSC) to U.S. Military / Government component, Department of Defense agencies and, as required, Coalitions Forces in the U.S. Central Command Area of Responsibility.

ACC-RI will conduct a full and open, best value competition to award a single hybrid Cost Plus Fixed Fee with a Performance Based Incentive Fee contract. The period of performance is anticipated to be one base year plus five one year evaluated option periods. The period of performance will also include Federal Acquisition Regulation (FAR) clause 52.217-8, Option to Extend Services and FAR 52.237-3, Continuity of Services.

The successful offeror for this acquisition will be required to support the 1st TSC for those interconnected warehouse operations support services that are critical to mission accomplishment, and cannot be efficiently acquired independently via separate competitive acquisitions. The principal functions to be performed under ASP/TSA 2.0 are the issue, storage, and receipt of munitions (both training and war-reserve), munitions components, munitions packing and packaging material, and other munitions-related material. Associated functions include: supporting periodic munitions readiness inspections; stock accountability, stock control, warehousing; munitions and non-munitions material salvage/residue accountability, munitions reclamation, amnesty, inventory, ASP/TSA munitions security; user turn-in; packaging, shipment, and performing maintenance on all assigned Government Furnished Equipment (GFE).

It should be noted that any interested parties must be able to demonstrate the existence of a current U.S. facility clearance to the SECRET level IAW DODD 5220.22, National Industrial Security Program Operating Manual. This SECRET level clearance may also apply to affiliates, team members, and subcontractors if they have access to classified information. At the time a future solicitation is issued, all respondents will be required to submit Facility Clearances for all entities who will be handling classified information (to include, but not limited to: subcontractors, teaming, and any joint ventures) in accordance with the directions delineated in said solicitation document.
The following Exhibits and Attachments are provided, in addition to the Solicitation:

Exhibit A DD 254
Exhibit B ASG-KU DES Form 190-16.01 _IAP Application
Exhibit C ASG-KU DES Form 190-16.01 Enclosures 1A-2-3-4-6-7-8
Exhibit D ASG-KU DES Form 190-16.01 Enclosure 1
Exhibit E ASG-KU DES Form 190-16.01 Enclosure 9
Exhibit F ASG-KU DES Form 190-16.01 Enclosure 10
Exhibit G ASG-KU DES Form 190-16.01 Enclosure 11
Exhibit H Contract Data Requirements Lists (CDRLs)
Attachment 0001 Performance Work Statement (PWS)
Attachment 0002 Contract Data Requirements Lists (CDRLs) Matrix
Attachment 0003 Performance Based Incentive Fee (PBIF) Plan
Attachment 0004 Property/GFE List
Attachment 0005 General Order Number 1C (GO-1C)
Attachment 0006 USCENTCOM Mod 12
Attachment 0007 US Military Fluid Replacement Guidelines
Attachment 0008 ASG-KU Safety SOP
Attachment 0009 ASG-KU 385-10 Safety Program
Attachment 0010 ASG-KU Fire Prevention Policy
Attachment 0011 Individual and Unit Redployment Policy
Attachment 0012 USARCENT Safety Policy
Attachment 0013 USARCENT Regulation 385-10
Attahcment 0014 Past Performance Questionnaire
Attachment 0015 Mission Essential Services
Attachment 0016 Quality Assurance Surveillance Plan / Performance Requirements Summary
Attachment 0017 Consolidated Q&A
Attachment 0018 Installation Access SOP

A sources sought announcement was issued on 02 March 2015, seeking interest from industry, prior to release of a potential solicitation.

A site visit was held in Kuwait on 11 November 2015.

A Draft Request for Proposal, Draft Performance Work Statement, Draft Contract Data Requirements Lists, Draft GFE List, and Contractor Questions and Government Answers were posted to www.fbo.gov on 19 February 2016.

Additional Contractor Questions and Government Answers, corresponding enclosures, and a revised Draft Performance Work Statement were posted to www.fbo.gov on 17 May 2016.

A synopsis for this solicitation was posted to www.fbo.gov on 15 July 2016.

All questions and comments shall be directed, in English, to USARMY.RIA.acc.mbx.asp-tsa-2@mail.mil. Please place the RFP number W52P1J-15-R-0090, in the subject line. The deadline to submit questions or comments on the RFP is 02 September 2016 at 0900 (Central Time). Responses received after the established deadline may not be considered. Format of question submission shall be consistent with the question format outline in Section J - Attachment 0017 of the solicitation.

Overview

Response Deadline
None
Posted
Aug. 26, 2016, 4:01 p.m. EDT (updated: Oct. 5, 2016, 2:45 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Cost Plus Fixed Fee
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 8/26/16 Joint Munitions Command issued Synopsis Solicitation W52P1J15R0090 for ASP/TSA 2.0. The opportunity was issued full & open with NAICS 561210 and PSC M.
Primary Contact
Name
JOSHUA MCCASLIN   Profile
Phone
(309) 782-1589

Documents

Posted documents for Synopsis Solicitation W52P1J15R0090

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W52P1J15R0090

Award Notifications

Agency published notification of awards for Synopsis Solicitation W52P1J15R0090

Contract Awards

Prime contracts awarded through Synopsis Solicitation W52P1J15R0090

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W52P1J15R0090

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W52P1J15R0090

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RI
FPDS Organization Code
2100-W52P1J
Source Organization Code
500045698
Last Updated
July 16, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 16, 2019