HAWK AND CHAPARRAL DEMILITARIZATION
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: May 26, 2023 03:02 pm EDT
- Original Published Date: May 01, 2023 09:09 am EDT
- Updated Response Date: Jun 12, 2023 05:00 pm EDT
- Original Response Date: May 04, 2023 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Jun 27, 2023
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1410 - GUIDED MISSILES
- NAICS Code:
- 336419 - Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Place of Performance: El Paso , TX 79906USA
Description
The U.S Army, Security Assistance Management Directorate is looking for prospective contractors for a five year Homing All the Way Killer (HAWK) and Chaparral Demilitarization (DEMIL) and Other Direct Costs (ODC) contract. This procurement will include HAWK, Chaparral and AN/TSQ-73 weapon systems. Both UNCLASSIFIED and CLASSIFIED parts will be included.
Qualifications:
1. Each prospective contractor shall have in place an effective and economical quality system in accordance with (IAW) ANSI/ISO/ASQ Q9001 or equivalent system as agreed upon between the contractor and U.S. Government (USG).
2. Each prospective contractor shall provide information to verify the expertise to perform material disposition activities including material retrograde and demilitarization as required and funded by the USG. The HAWK Missile System, Chaparral and AN/TSQ-73 end items and component demilitarization procedures shall be accomplished IAW the most recent policies and guidelines. The contractor will be required to submit reports documenting the above.
3. Each prospective contractor shall be responsible for the employment of a security company that provides perimeter video security surveillance and armed guards to provide a physical security presence at the contractor operated facility. Security is to be on premises after working hours, holidays and weekends. The contractor shall provide fire alarm monitoring on a monthly basis. The following ODCs will also be provided by the prospective contractor on an as needed basis:
- Miscellaneous tools
- Mission required test equipment
- Calibration requirements on test equipment
- Expendable consumable items
- Reproduction services
- Forklift fuel
- Mission required software
- Short term maintenance or storage facilities
- Miscellaneous packaging materials (boxes, tape, peanuts, paper, nails,
- crate lumber, etc.)
- Express shipping services
- Vehicle rental and operation for training and transporting of students, equipment or materials
- Vehicle insurance
- Vehicle fuel
- USG training necessary to perform unique missions as required
- Other services as needed and required by the USG
- HAWK/Chaparral repair and return.
- Contractor Logistics Support services
- CONUS and OCONUS HAWK training
4. Each prospective contractor shall be required to utilize the current Logistics Support Center facilities located at 4707 Fred Wilson Road, El Paso, TX 79906. Each prospective vendor MUST have a clearance level of at least CONFIDENTIAL and a current inspection on file with DSS. Any prospective vendor shall prove that they have a clearance for the above building without waiting a year to secure one. Security procedures require the contractor adhere to the HAWK and Chaparral Security Classification Guides, ITAR, NISPOM, HSPD-12, DOD 5220.22-M, with Change 1 (ISL-97-1, Jul 97) and Change 2 (ISL 01L-1, Feb 01) as well as any other applicable changes or amendments.
5. Each prospective contractor shall be required to accept a Firm-Fixed Price, Cost-Plus No-Fee contract with no upfront funding.
6. Each prospective contractor shall provide forklift provisions for use at the maintenance facility. Forklift operators shall be operated by trained and authorized maintenance facility operators IAW OSHA 29CFR 1910.178(1).
7. Each prospective contractor shall provide personnel to support the maintenance facility for parts inventory management; parts testing and evaluation; test equipment maintenance; logistics supply support; HAWK training support to include qualified instructors for HAWK , Chaparral and AN-TSQ-73 courses; asset management and report preparation; delivery and receipt of shipments; international and domestic student in-processing; material receiving, inspection and packaging of associated missile systems hardware and managing facility maintenance emergencies. In addition, personnel with required technical knowledge, skills, and experience to perform preventive maintenance on SAMD non-standard weapon systems and their associated ground support equipment must be provided.
8. Each prospective contractor shall provide brief statement on how they will support the Non-Standard Missile Systems Branch, SAMD in its mission. This will involve utilization of management and archival databases unique to the USG organization. Familiarity with transportation processes, USG and commercial, and the unique challenges presented in shipment of Excess Defense Articles, CLASSIFIED material, and other material overseas.
9. Each prospective contractor shall be required to utilize USG databases to maintain smooth operations and communications with the USG. Also maintaining a document and photograph archive of all shipments is required. This is to support the USG in the preparation of Supply Deficiency Reports and Quality Deficiency Reports (QDR). This is to supply the USG with general quality assurance and in handling Supply, Shipping and QDR’s.
10. Each prospective contractor must provide information on past experience on providing the same services to any other U.S. Government entities. Such information must include contract number(s), award date(s), and points of contact with phone numbers and email addresses.
11. General information on the prospective contractor’s capabilities is welcome. However, each prospective contractor shall address paragraphs 1-10 above. Responses shall be limited to 50 pages.
12. All information received will be used only for planning purposes. It shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), Request for Proposal (RFP), or as an obligation on the part of the Government to respond, or to acquire any products or services.
13. Any response to this synopsis will be treated as information only. No entitlement to payment of direct costs or charges by the Government will arise as a result of contractor submission of responses to this synopsis to the Government for use of such information. The information provided may be used by the Army in developing its acquisition strategy and in its Statement of Work/Statement of Objectives or Performance Specifications. Not responding to this RFI does not preclude participation in any future RFP, if issued. If the Government issues a solicitation, it will be synopsized on the SAM.GOV website. It is the responsibility of any potential offeror to monitor SAM.GOV for additional information pertaining to this requirement.
Attachments/Links
Contact Information
Contracting Office Address
- AMCOM CONTRACTING CENTER MISSLE
- REDSTONE ARSENAL , AL 35898-5090
- USA
Primary Point of Contact
- Britini Holmes
- britini.j.holmes.civ@army.mil
Secondary Point of Contact
- Lisa J. Battle
- lisa.j.battle.civ@army.mil
History
- May 26, 2023 11:59 pm EDTSources Sought (Updated)
- May 19, 2023 11:59 pm EDTSources Sought (Original)