Army Prepositioned Stocks - 4 (APS-4) Korea
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army (ACC-RI) has issued a Justification and Approval for Other Than Full and Open Competition to extend critical Army Prepositioned Stocks-4 (APS-4) services in Korea and Japan. This action provides a bridge contract to KBR Services, LLC, ensuring continuity of essential logistics support until a competitive follow-on task order can be awarded under the LOGCAP V multiple-award IDIQ contract vehicle.
Scope of Work
The contractor is responsible for maintaining APS-4 at Camp Carroll, Waegwan, Korea, Camp Humphries, Korea, and Sagami General Depot, Japan. This includes managing prepositioned sets, operational project stocks, sustainment stocks, activity sets, and watercraft. The primary purpose is to reduce the initial strategic airlift required for U.S. force projection and to sustain soldiers until sea lines of communication are established. Specific services encompass maintenance, recovery support, equipment movement, quality control, equipment turn-ins, segregation into unit sets, configuration, hand-offs, technical inspections, functional testing, lateral transfers, and reset to support warfighters.
Contract Details
This action involves modifying existing Cost-Plus-Fixed-Fee (CPFF) task orders for a six-month base period with no options. The current contractor for APS-4 Korea is KBR Services, LLC. This document serves as a justification for a sole-source bridge action and is not a solicitation for proposals. The underlying requirement for APS-4 Korea is being competed under the LOGCAP V multiple award IDIQ contracts.
Set-Aside & Eligibility
This action is justified under FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." The government will achieve subcontracting competition by including FAR clause 52.244-5, "Competition in Subcontracting."
Context & Notes
Failure to extend the APS-4 Korea task order would degrade U.S. military force protection capability on the Korean Peninsula. The procurement history shows continuous non-competitive bridge extensions since the original task order expired on September 29, 2019. This situation is attributed to a deliberate transition from the EAGLE contract to the LOGCAP V contract vehicle, the complexity of multi-region competition, and GAO-sustained protests requiring corrective action. As of the document date, no other sources have expressed written interest in performing this short-term bridge requirement.