Radford Army Ammunition Plant - DRAFT Solicitation #2
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 has released Draft Solicitation #2 (W519TC-26-R-0003) for industry feedback, outlining requirements for the production of propellants and the operation and modernization of the Radford Army Ammunition Plant (RFAAP) in Radford, VA. This is a hybrid supply and service Indefinite Delivery, Indefinite Quantity (IDIQ) contract with an estimated maximum value of over $20 billion over a potential 30-year period. The Government is seeking feedback on revamped solicitation sections and specific operational strategies. Questions are due by March 10, 2026.
Opportunity Overview
This Special Notice serves as a DRAFT Request for Proposal (RFP) for the competitive follow-on contract for RFAAP, commencing in Fiscal Year (FY) 2027. The Government is not soliciting proposals at this time but is actively seeking industry comments to refine the solicitation before its final release. The current operating contractor will encumber the RFAAP facility through December 31, 2026.
Scope of Work
The comprehensive scope covers the full operation and modernization of RFAAP, including:
- Propellant Production: Firm-Fixed-Price (FFP) CLINs for production items.
- Facility Operations & Maintenance: Extensive requirements for maintenance (PWS 7), fire & emergency services (PWS 3), occupational health (PWS 5), energy & utilities (PWS 10), property management (PWS 4), and ALTESS support (PWS 15).
- Security & Environmental: Robust security and antiterrorism measures (PWS 6), environmental compliance (PWS 1), groundwater monitoring (PWS 18), and safety programs (PWS 9).
- Technology & Planning: Cybersecurity for OT/IT systems (PWS 13), facility planning (PWS 2), and comprehensive reporting (PWS 11).
- Modernization: CLINs for modernization projects (Fixed Price or Cost-Reimbursable) and Direct Funded Performance Work Statements (PWSs) (FFP or Incentive Fee).
- ARMS Program: Management of the Army's Reuse of Army Materiel (ARMS) program (PWS 12).
Contract Details
- Contract Type: Hybrid supply and service IDIQ.
- Period of Performance: Base period with five (5) one-year ordering periods, an evaluated option for five (5) one-year ordering periods, and two additional unevaluated 10-year options (maximum 30 years).
- Estimated Value: Maximum $20,144,020,112.00. Minimum Guaranteed Amount (MGA) of $5,000.00.
- Set-Aside: None specified. Acquisition restricted to firms within the U.S.
- Security Clearance: A SECRET Facility Security Clearance is required prior to contract award.
- Registration: Offerors must have an active registration in SAM.gov.
Key Feedback Areas
The Government specifically requests feedback on:
- Revamped Sections C, L, and M (definitions, requirements, strategies, deliverables), comparing them to prior versions.
- The best placement for NC Fines/Legacy Waste (Integrated Waste Stream Management Plan vs. Facility Reset Plan) and industry needs for pricing this as a separately priced FFP CLIN.
- A "Request for Information - Transfer of Spare Parts" document seeks input on a plan to require the successful offeror to purchase ~$22M in spare parts from the incumbent.
Submission & Evaluation
- Questions Due: March 10, 2026, via email to the listed contacts.
- Proposal Due: Anticipated within 60 calendar days of Final RFP issuance.
- Evaluation Criteria: Best Value Subjective Tradeoff. Oral Presentations are contemplated.
- Subcontracting: Small Business Subcontracting Plan required (unless the offeror is a Small Business).
- Organizational Conflict of Interest (OCI): Identified for specific companies, prohibiting them from prime or subcontractor roles.
- Support: Contractor support from Azimuth and NEPSCO will assist in source selection; NDAs will be required.
Important Notes
Technical Data Packages (TDPs) are Distribution D and Export Controlled. Baseline Facility Assessment (BFA) and Baseline Environmental Condition Assessment (BECA) results will be available via RFAAP's Virtual Library. The Government will not reimburse for proposal preparation costs.