The Recovered Chemical Materiel Directorate (RCMD) of the Chemical Materials Activity (CMA) has the responsibility, as mandated by public law 102-484, for the disposal of all applicable chemical warfare materiel in a safe and environmentally acceptable manner in support of this mission. The Chemical Demilitarization Training Facility (CDTF) is a Government owned contractor operated (GOCO) facility that has been established, operated, and maintained since 1989 through the present at the Edgewood Area of Aberdeen Proving Ground, MD. This contract provides life cycle logistics support for RCMD equipment, provides technical training for operations and maintenance personnel for RCMD equipment, and provides facility operation services for the CDTF complex. A draft umbrella Performance Work Statement (PWS) is enclosed that describes anticipated services to be performed for the CDTF contract.
The Army Contracting Command – Rock Island is issuing this sources sought special notice as a means of conducting market research to identify interested parties that may have capabilities and past experiences to respond to and comply with the overall objectives and requirements of the contract. It is the Government’s intent to award a Cost Plus Fixed Fee Single Award Indefinite Delivery Indefinite Quantity (IDIQ) for a base year of twelve (12) months and four (4), twelve (12) month options. The applicable National American Industry Classification System (NAICS) code intended to be assigned to this procurement is 617110. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.
If your organization has the potential capacity to perform these contract services, please provide the following information in a maximum five-page submission: 1) Organization name, address, email address, web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
Your response shall be e-mailed to Hila R. Anderson, Contract Specialist, at hila.r.anderson.civ@mail.mil and to Stuart J. Honn, Contracting Officer, at stuart.j.honn.civ@mail.mil. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. As such, the email submission should be as a word file attachment, Times New Roman (12 pitch), of no more than five (5) pages (11x8.5).
Responses are requested no later than close of business, 12 May 2025.
DISCLAIMER
This sources sought is for informational purposes only. This is not a Request for Proposal (RFP) to be submitted. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future Request for Quote (RFQ) or Invitation for Bid (IFB) or RFP, if issued. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website. It is the responsibility of potential offerors to monitor the SAM website for additional information pertaining to this requirement.