Demil and Disposal of Fuzes
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 (Original)
- Original Published Date: May 22, 2024 06:55 am CDT
- Original Response Date: May 23, 2024 10:00 am CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jun 07, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: USA
Description
The U.S. Army Contracting Command – Rock Island (ACC-RI), Rock Island, IL on behalf of the Project Director Joint Ammunition and Weapons Systems, Picatinny Arsenal, NJ, and Joint Munitions Command (JMC) Rock Island, IL is conducting market research to identify potential sources that possess the capabilities, experience, and expertise necessary for Demilitarization (demil) of a remaining quantity of 271,652 Fuzes.
Demil is defined as the act of eliminating the functional capabilities and/or inherent military design features from Department of Defense (DOD) personal property. Methods and degree range from removal and destruction of critical features to total destruction by cutting, crushing, shredding, melting, burning, etc. Demil is required to precent property from being used for its originally intended purpose and to prevent the release of inherent design information that could be used against the United States.
Interested contractors should demonstrate that they possess the experience and capability necessary to provide all the necessary material, equipment, property, licenses, and personnel to perform demil of these items. Recycling for the recovery of steel is encouraged. Open Burning and/or Open Detonation (OC/OD) are not permitted technologies for any end items(s) or components(s).
Interested sources shall ensure that adequate storage facilities are available to secure all U.S. Government property which may be provided to accomplish this task. Storage facilities must meet requirements of DOD 2100.76M for categorized sensitive ammunition. Interested sources should provide responses which illustrate its capabilities, expertise, including knowledge of safety, security, storage, and/or environmental regulations associated with the demil and disposal of fuzes. Interested sources should provide a statement including current small/large business status. This market research is for planning purposes only and shall not be construed as a request for proposal or an obligation on the part of the U.S. Government. The U.S. Government will not reimburse any respondent for any effort or information submitted in response to this sources sought.
Interested parties are requested to provide information regarding their recent (within 5 years) relevant capabilities by providing the following information:
- Company Name, CAGE Code, UEI, Point of Contact, Address, Phone Number, Business Type (e.g., Small Business, Small Disadvantaged Business, 8(a), HUBZone, Woman-owned Small Business, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business.
- Identification of whether you are interested in this opportunity as a prime or a subcontractor;
- A brief summary of the company's capabilities (to include descriptions of facilities, equipment, skills and personnel) experience, and expertise, including knowledge of safety, security, storage, and/or environmental regulations associated with the production and handling of bulk explosive material.
- Confirm if required licenses, permits, and facilities are in place. If not, describe what is required in order to be able to start production/shipment;
- Details regarding experience with similar efforts/items;
- Identification of potential sources for major subcontractors if the source intends to utilize a subcontractor(s);
- Identification of additional equipment needed, lead time to obtain and install such equipment.
This Sources Sought is for planning purposes only and does not constitute a Request for Proposal (RFP) or an obligation on the part of the U.S. Government. Responses to this sources sought are not proposals and cannot be accepted by the U.S. Government to forma a binding contract. This is not a guarantee of a future RFP or an award. The U.S. Government is not obligated to notify respondents of the results of this survey. All information is to be submitted at no cost or obligation to the U.S. Government.
All interested parties shall provide all information requested in this notification by 10:00 AM Central Time on 23 May 2024 by electronic email at no cost to the U.S. Government. All submissions shall be submitted to Army Contracting Command-Rock Island (ACC-RI), ATTN: Bridget Kramer, email bridget.l.kramer.civ@army.mil, Kaitlin Morris, email kaitlin.e.morris.civ@army.mil and Elizabeth Epperly, email elizabeth.j.epperly.civ@army.mil. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market research.
Attachments/Links
Contact Information
Primary Point of Contact
- Kaitlin E Morris
- kaitlin.e.morris.civ@army.mil
Secondary Point of Contact
- Elizabeth Epperly
- elizabeth.j.epperly.civ@army.mil