SOLICITATION NOTICE
R -- Initial Outfitting and Transition (IO&T) Program Facilities Support Services IV IDIQ MATOC
- Notice Date
- 3/4/2025 8:55:45 AM
- Notice Type
- Presolicitation
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- W2V6 USA ENG SPT CTR HUNTSVIL HUNTSVILLE AL 35806-0000 USA
- ZIP Code
- 35806-0000
- Solicitation Number
- W912DY25R0003
- Response Due
- 3/18/2025 10:00:00 PM
- Archive Date
- 04/03/2025
- Point of Contact
- Sharleene Davidson, Phone: 2568952553, Kijafa JOHNSON-COOPER, Phone: 2568951614
- E-Mail Address
-
sharleene.d.davidson@usace.army.mil, kijafa.t.johnson-cooper@usace.army.mil
(sharleene.d.davidson@usace.army.mil, kijafa.t.johnson-cooper@usace.army.mil)
- Description
- This is NOT A REQUEST FOR PROPOSAL. It is anticipated that a solicitation will be issued in early 2nd quarter, FY25. Submissions in reference to this notice will not be accepted. The United States (U.S.) Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC) intends to solicit proposals in support of the Initial Outfitting and Transition (IO&T) program. This pre-solicitation notice is posted to publicize the Government�s intent to issue a solicitation for a Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) using a full and open competition, with a Small Business Reserve. The proposed MATOC anticipates a period of performance of 84 months, which will consist of a base ordering period of 36 months and two, 24 months optional ordering periods. A total shared capacity amongst all awardees for the MATOC is anticipated at $371 Million. Individual task order awards under the MATOC will be FFP and may include optional ordering periods. The Small Business Size Standard for NAICS 541614 is $20M. Pursuant to Federal Acquisition Regulation (FAR) 15.304(c)(1)(ii), the Government intends to award a MATOC resulting from the solicitation to each, and all qualifying Offerors. A qualifying Offeror is an Offeror that is determined to be a responsible source, submits a technically acceptable proposal that conforms to the requirements of the solicitation, and the Contracting Officer has no reason to believe they would be likely to offer other than fair and reasonable pricing. All Offerors must be registered in the System for Award Management (www.sam.gov) to be eligible for contract award. Based on historical generations, it is expected that there will be at least 5-small businesses awarded under the MATOC. The Government intends to make award(s) without discussions; however, the Government reserves the right to hold discussions if necessary, in accordance with (IAW) FAR 15.306. The Government reserves the right to make staggered awards. Later awarded contracts will have an initial period of performance that will be less than the full 36 month base period in duration and will end on the same date as all other Offerors which receive a basic MATOC award. Optional ordering periods will be the same for all awardees. The Government will not award a contract to an Offeror whose proposal contains a deficiency, as defined in FAR 15.001. A more detailed description of the acquisition strategy will be provided in the solicitation documents. The solicitation will be issued in electronic format only. Paper copies of the solicitation will not be available. Offerors can follow the solicitation by signing into https://piee.eb.mil, or visiting https://sam.gov and searching for solicitation number (see Section I, General Information above). It is the Offeror�s responsibility to check https://piee.eb.mil and https://sam.gov for any posted amendments to this solicitation. No questions or comments will be accepted via email or by phone and individual meetings will not be scheduled. DESCRIPTION OF WORK. The IO&T program supports military healthcare construction/renewal projects through the acquisition of services that provide for the transitioning of staff and/or patients and healthcare programs, as well as the equipping of facilities to ensure that when fully operational, services can meet and support the mission of the Military Health System (MHS) in support of Defense Health Agency (DHA). The objective of IO&T Facilities Support Services (FSS) IV is to provide new healthcare facilities, dental facilities, and medical research laboratory construction and renovation projects at diverse locations within the Contiguous United States (CONUS), to include Alaska, Hawaii, and its outlying areas and foreign locations to include Belgium, Cuba (Guantanamo Bay), Germany, Japan, Netherlands, Poland, Qatar, Republic of Djibouti, Republic of Korea, and United Kingdom. Other foreign jurisdictions outside the Contiguous United States may be added to the geographic scope of the base MATOC if deemed appropriate after analysis of relevant statutes and regulations, including the Competition in Contracting Act and approval of a FAR 6, �Competition Requirements� Justification and Approval for an out-of-scope change if appropriate, and analysis of international agreement terms between the United States and the respective foreign jurisdiction. The services for DHA include, but are not limited to, providing MHS compatible comprehensive project management, comprehensive interior design development, comprehensive equipment planning; equipment purchasing; transition and relocation planning; receipt, storage, and warehousing of new and existing equipment; installation, technical inspection, and training for equipment/systems; and final turnover, close-out, and post-occupancy evaluations for identified construction projects. Work associated with the requirements of the contract will be performed in compliance with building codes that are determined applicable at the point of design and/or construction. Requirements associated with Base Realignment and Closure, Grow the Army, Host Nation Construction, and Medical Military Construction as well as Sustainment, Restoration, and Modernization requirements continue to generate new healthcare facility and medical research laboratory construction and renovation projects. These new projects require varying degrees of IO&T services in order to ensure facilities are fully capable and successful. There are no Architect/Engineering (A/E), construction, or personal services in this acquisition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b03b5c3a3f954755875607abda8eb414/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07360186-F 20250306/250304230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |