Design-Build and Construction Services MATOC to support Industrial Base Modernization at Government Owned - Contractor Operated (GOCO) Facilities
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: Jan 17, 2025 06:22 pm CST
- Original Published Date: Dec 13, 2024 11:33 am CST
- Updated Response Date: Jan 17, 2025 04:00 pm CST
- Original Response Date: Jan 17, 2025 04:00 pm CST
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Feb 01, 2025
- Original Inactive Date: Feb 01, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1EA - CONSTRUCTION OF AMMUNITION FACILITIES
- NAICS Code:
- 236210 - Industrial Building Construction
- Place of Performance: USA
Description
Sources Sought
Construction Services to support Industrial Base Modernization at Government Owned Contractor Operated (GOCO) Ammunition Facilities
This is a new Sources Sought announcement that replaces W519TC-24-R-MATOC. All future correspondence from ACC-RI regarding the GOCO MATOC requirement will utilize solicitation number W519TC-25-R-0026. Any responses, RFIs, or other correspondence will need to reference the new solicitation number associated with this announcement.
Army Contracting Command – Rock Island (ACC-RI), on behalf of the Office of the Project Director Joint Services (PD JS) and the Joint Munitions Command (JMC), is seeking interested sources with the capabilities to execute various facility projects at Government Owned Contractor Operated (GOCO) Ammunition facilities within the United States.
The Government proposes to award Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contracts (MATOC), for Construction services with a minimum five (5) year ordering period. The planned contract may result in not fewer than three (3) qualifying awardees who would then submit competitive proposals for specific projects against task orders issued under the MATOC.
The Government is seeking interested sources with the core competencies required to provide all services, materials, equipment, supplies, facilities, personnel and labor necessary to execute design-build and construction services at GOCO Ammunition facilities. The objective of this effort is modernization of GOCO facilities and infrastructure to enable more efficient and effective manufacturing of ammunition. Depending on the work to be accomplished, Contractors will be required to meet State and Federal environmental requirements, as well as applicable building codes and chemical/explosives safety regulations.
The projects will vary in size, cost, and complexity. The government reserves the right to determine contract type for each task order.
This effort will support the objectives of the Army’s GOCO Army Ammunition Plant (AAP) Modernization Plan to:
- Increase manufacturing safety and readiness to meet current and future requirements.
- Isolate energetic mass from people.
- Ensure graceful degradation and resilient operations.
- Improve flexibility, maintainability, and sustainability.
- Reduce cost of operations.
Projects may take place at the following GOCO facilities:
- Radford AAP (propellants), Radford, VA
- Iowa AAP (Load, Assemble and Pack (LAP)), Burlington, IA
- Holston AAP (explosives), Kingsport, TN
- Scranton AAP (large caliber metal parts), Scranton, PA
- Lake City AAP (small caliber ammunition), Independence, MO
- Quad Cities Cartridge Case Facility (deep drawn steel cartridge case manufacturing), Rock Island, IL
Interested sources should respond by providing the following information via email to Stephen Kildow at stephen.j.kildow.civ@army.mil and Harrison Slagle at harrison.p.slagle.civ@army.mil by 17 January 2025. Responses will be limited to 10 pages. If the file size of the response to this Sources Sought exceeds 5MB, then respondents may email Mr. Kildow or Mr. Slagle to request a “Drop Off” via DoD Safe.
1. Company Name, Unique Entity Identifier (UEI) and Commercial and Government Entity (CAGE) Code
2. Company Address, Country Represented, and Website
3. Company point of contact, phone number, and email 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. Capability/qualification data, skill sets, professional licensure, and expertise that demonstrate experience in execution of projects that support the Army’s GOCO AAP Modernization Plan.
6. Capability/qualification data to prepare and comply with various environmental documents and permits.
7. Capacity to provide management controls of cost, schedule, and quality.
8. Major partners or suppliers, to include those in areas such as design and engineering support, construction management, and environmental consulting. Please include location of offices/facilities and capability of source and major partners/supplies/subcontractors/consultants.
9. Industry feedback on terms and conditions to be included in the acquisition, to include recommendations on contract length, incentives, etc.
DISCLAIMER
This Sources Sought is for information, planning, and decision-making purposes only and does not constitute a Request for Proposal (RFP) or an obligation on behalf of the U.S. Government. Issuance of this Sources Sought is not a guarantee of a future RFP or an award and is not a commitment of any kind by the Government. The Government does not imply an intention or opportunity to acquire funding to support current or future development efforts. Reimbursement will not be made for any costs associated with providing information in response to this announcement or any follow-up information requests. 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.
Attachments/Links
Contact Information
Contracting Office Address
- ACC ROCK ISLAND BLDG 60 3055 RODMAN AVE
- ROCK ISLAND , IL 61299-0000
- USA
Primary Point of Contact
- Stephen Kildow
- stephen.j.kildow.civ@army.mil
Secondary Point of Contact
- Harrison Slagle
- harrison.p.slagle.civ@army.mil
History
- Jan 31, 2025 11:05 pm CSTSources Sought (Updated)
- Dec 13, 2024 11:33 am CSTSources Sought (Original)