Closed Solicitation · DEPT OF DEFENSE

    INDEFINITE DELIVERY MULTIPLE AWARD TASK ORDER CONTRACT (MATOC), DEFENSE HEALTH AGENCY (DHA) MEDICAL TREATMENT FACILITY (MTF) OPERATIONS AND MAINTENANCE (O&M) SERVICES OF REAL PROPERTY

    Sol. W9127S25R6025Sources SoughtLITTLE ROCK, AR
    Closed
    STATUS
    Closed
    closed Apr 29, 2025
    POSTED
    Apr 18, 2025
    Publication date
    NAICS CODE
    561210
    Primary industry classification
    PSC CODE
    Z1DA
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers is seeking responses for an Indefinite Delivery Multiple Award Task Order Contract (MATOC) focused on Operations and Maintenance (O&M) services for Defense Health Agency medical facilities. This Sources Sought announcement aims to gauge interest and capabilities from various contractors, particularly small businesses. Interested firms should complete the attached Capabilities Survey, specifying their interest in Areas of Responsibility 3 and 4. This announcement is for information gathering only and does not constitute a solicitation for proposals.

    Contract details

    Solicitation No.
    W9127S25R6025
    Notice Type
    Sources Sought
    Posted Date
    April 18, 2025
    Response Deadline
    April 29, 2025
    NAICS Code
    561210AI guide
    PSC / Class Code
    Z1DA
    Primary Contact
    Sharon Kindall
    State
    AR
    ZIP Code
    72201-3225

    Description

    NOTICE: This Sources Sought Announcement has been reopened in order to provide a updated Sources Sought Capabilities Survey. The survey has been revised to correctly define the Area of Responsibility (AOR) listed, ask which areas your firm would be interested in and capable of performing in, and if you would be interested in bidding on the solicitation when it is issued. Company's response to this notice shall be provided on the attached Capabilities Survey. The firm's response shall specify participation in all areas of AOR 3 and/or AOR 4.

    This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation.

    The U.S. Army Corps of Engineers, Little Rock District, has been tasked to solicit for and award an Indefinite Delivery Multiple Award Task Order Contract (MATOC), Defense Health Agency (DHA) Medical Treatment Facility (MTF) Operations and Maintenance (O&M) Services of Real Property, Continental United States (CONUS).

    The proposed contract will be a competitive firm‐fixed‐price contract procured in accordance with FAR Part 15, Negotiated Procurement, using the “Best Value” trade‐off process. The type of set‐aside decision(s) will be determined based on responses received to this synopsis and other market research methods.

    The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB‐Zone), Service‐Disabled Veteran‐Owned Small Business (SDVOSB), & Woman‐Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, & WOSB are highly encouraged to participate.

    The Government is seeking qualified, experienced sources capable of performing the following:

    The performance work statement (PWS) for the resultant contract will be associated with the Medical Facility O&M services of Real Property. Work may include, but not limited to service calls, preventive maintenance, inspection, testing and certification of various types of equipment such as restoration and/or modernization of HVAC, medical gas, plumbing, electrical, elevators, building envelope, fire protection, interior renovation, terrorism/force protection, and exterior site and systems work such as utilities infrastructure, roadways, sidewalks, parking lots, landscaping, and irrigation. This work is performed in ongoing active healthcare facilities. Some repair, restoration, and modernization requirements may be beyond the statement of service call work.

    Facility types may include, but is not limited to, hospitals, clinics, medical administration buildings, medical centers, pharmacies, vivarium, ambulatory health facilities, medical warehouses, medical labs, biological engineering labs, dental clinics, veterinary clinics, wellness centers.

    Healthcare facilities may include, but are not limited to, clinics, hospitals, medical centers, labs, pharmacies, administrative facilities, veterinary facilities, vivarium, medical warehouses, and specialty facilities such as hyperbaric chambers, MRI/CT, and decontamination facilities.

    This requirement will be performed in the CONUS at designated DHA MTF locations (see MAP and Table of locations). DHA is continuing to develop their regional coverage plan for healthcare facility O&M services. Individual task orders are contemplated to support the CONUS locations.

    Under this contract, the contractor shall provide all personnel, equipment, tools, vehicles, materials, supervision, subcontracts, and other items and services necessary to perform and shall perform all operation, maintenance, repair and facility management support tasks and functions for medical facilities as defined in the Performance Work Statement (PWS) at the DHA MTF locations as identified below.

    a.  Known Locations transitioning during FY26-FY31  (See map attachment for AOR 3 & 4)

    AOR 3

    Anniston Army Depot

    Blue Grass Army Depot

    Camp Atterbury

    Camp Frank D. Merrill

    CBC Gulfport MS

    Columbus

    Corry Station (NAS PENS)

    Detroit Arsenal

    Eglin AFB Site #1

    Fort Buchanan

    Fort Campbell KY

    Fort Campbell TN (ACH Blanchfield)

    Fort Eisenhower (AMC Eisenhower-Gordon)

    Fort Jackson (AHC Moncrief)

    Fort Knox (AHC Ireland)

    Fort McCoy

    Fort Moore

    Fort Novosel (AHC Lyster – Rucker)

    Fort Stewart (ACH Winn)

    GL Camp Moffett

    GL Camp Porter

    GL Lovell FHCC

    Hunter Army Airfield

    Hurlburt

    JBC – Charleston AFB

    JBC – NWS Charleston (NHC Charleston)

    Keesler

    Macdill

    Maxwell

    MCAS Beaufort

    MCLB Albany Main Site

    MCRD Paris Island

    Moody

    NAS Jacksonville FL

    NAS Jacksonville – NMRTC

    NAS JRB New Orleans LA

    NAS Key West

    Nas Pensacola FL

    NAS Whiting Field Milton FL

    Naval Station Great Lakes IL

    (James Lovell FMCC)

    Naval Station Mayport FL

    NAVSUPPFAC Beaufort SC

    NSA Midsouth Memphis TN

    NSA Panama City

    Redstone Arsenal (AHC Fox)

    Robins

    Rock Island Arsenal

    Shaw

    Subase Kings Bay GA

    Tyndall

    US Army Garrison Miami

    Wright PATT

    AOR 4

    ABERDEEN PROVING GROUND

    ABERDEEN PROVING GROUND (DCPH-A)

    CARLISLE BARRACKS

    CHEATHAM ANNEX

    DAM NECK

    DEFENSE DISTRIB DEPOT SUSQ (Fillmore)

    DET PHIL PNY ANNEX

    DOVER

    Guthrie)

    FORT GEORGE G MEADE (Kimbrough ACC)

    FORT GREGG-ADAMS (AHC Kenner - Lee)

    FORT INDIANTOWN GAP

    FORT LESLEY J MCNAIR

    FORT LIBERTY (AMC Womack - Bragg)

    FORT WALKER (A P Hill)

    HANSCOM

    JB ANDREWS

    JBAB-BOLLING

    JBLE-FORT EUSTIS (AHC McDonald)

    JBLE-LANGLEY

    JBMDL-FORT DIX

    JBMDL-LAKEHURST

    JBMDL-MCGUIRE

    JBMH-MYER-HENDERSON HALL

    JEBLCFS-FORT STORY

    JEBLCFS-LITTLE CREEK

    LETTERKENNY ARMY DEPOT

    MCAS CHERRY POINT MAIN BASE

    MCB CAMP LEJEUNE (EAST SITE)

    MCB CAMP LEJEUNE (NORTH SITE)

    MCB CAMP LEJEUNE (WEST SITE)

    MCB QUANTICO MAIN BASE (NHC Quantico)

    MEDICAL CLINIC

    MILITARY OCEAN TML SUNNY POINT

    NAS OCEANA

    NAS PATUXENT RIVER

    NAS PATUXENT RIVER-ANDREWS

    NAVACAD NORTH SEVERN

    NAVAL HOSPITAL - NEWPORT

    NAVAL RESEARCH LAB

    NAVAL STATION GUANTANAMO BAY

    NAVAL STATION NEWPORT RI (NHC New Eng)

    NAVAL STATION NORFOLK

    NAVMEDCEN PORTSMOUTH

    NAVSUBASE NEW LONDON CT

    NAWCADLKE NON-NIF LAKEHURST

    NNSY SCOTT CENTER

    NORTHWEST CHESAPEAKE

    NSA BETHESDA MD (WRNMMC)

    NSA BETHESDA MD (USUHS, AFRRI)

    NSA MECHANICSBURG

    NSA SARATOGA SPRINGS NY (Lease)

    NSA SOUTH POTOMAC-DAHLGREN

    NSA WASHINGTON

    NSF INDIAN HEAD

    NSY PORTSMOUTH

    NWS EARLE

    NWS YORKTOWN

    PENTAGON BUILDING SITE

    PICATINNY ARSENAL

    SEYMOUR JOHNSON

    TOBYHANNA ARMY DEPOT

    UPPER YARD ANNAPOLIS

    WATERVLIET ARSENAL

    WEST POINT MILITARY RESERVATION

    b.  Performance Work Statement

    Work shall be performed, and documentation shall be maintained to the standards set forth in this contract, the National Fire Protection Association (NFPA), The Joint Commission (TJC) and all other applicable codes and regulations to ensure full TJC compliance. The award for services under this PWS shall be limited to the services identified in the contract line items awarded in the task order and its modifications.

    The proposed initial capacity for the MATOC is estimated at $240 million per Area of Responsibility (AOR) which would result in one AOR 3 & 4 MATOC with capacity equal to $480M. Market Research will inform the Project Delivery Team (PDT) how to proceed. The contract length is proposed to be up to five years. Task orders are estimated to be $5K to $60M.

    Prior Government contract work is not required for submitting a response under this Sources Sought Synopsis.

    The North American Industry Classification System (NAICS) code for this procurement is 561210, Facilities Support Services, which requires the performance of three or more separate activities in the areas of services or specialty trade contractor industries and has a U.S. Small Business Administration (SBA) Size Standard of $47,000,000.00. The Product Service Code (PSC) is Z1DA, Maintenance of Hospitals and Infirmaries. (Note: it is not anticipated that facility services required are identified with a specific industry and that industry is projected to account for 50% or more of the value of the entire procurement over the performance life of the MATOC. 70% of the work is currently self‐performed by site maintenance teams at each location.)

    Small Businesses are reminded under FAR 52.219‐14 (Deviation 2021‐O0008), Limitations on Subcontracting. Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding certain other direct costs and certain work performed outside the United States (see paragraph (e)(1)(i)), to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract.

    Anticipated solicitation issuance date is on or about November 26, 2025, and the estimated proposal due date will be on or about January 12, 2026. The official synopsis citing the solicitation number will be issued through SAM.gov portal inviting companies to register electronically to receive a copy of the solicitation when it is issued.

    Responding to this Sources Sought: 

    Interested firms shall respond to this Sources Sought Synopsis no later than 2:00 PM CST on April 29, 2025. All interested companies must have an active, valid registration in the System for Award Management (SAM) database to be eligible for award of Government contracts. To obtain information on how to register, visit the following website: https://www.sam.gov.

    Responses shall be provided using the attachment Capabilities Survey. All surveys are to be submitted via email to Contract Specialists: Sharon.d.kindall@usace.army.mil and Marcus.d.mitchell@usace.army.mil.  Reference document number W9127S-25-R-6025 in all correspondence.

    Key dates

    1. April 18, 2025Posted Date
    2. April 29, 2025Proposals / Responses Due

    Frequently asked questions

    INDEFINITE DELIVERY MULTIPLE AWARD TASK ORDER CONTRACT (MATOC), DEFENSE HEALTH AGENCY (DHA) MEDICAL TREATMENT FACILITY (MTF) OPERATIONS AND MAINTENANCE (O&M) SERVICES OF REAL PROPERTY is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.