W912DY25RA021 previously W912DY25R0003 IOT IV Sources Sought
ID: W912DY25RA021Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILREDSTONE ARSENAL, AL, 35898-0000, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

SUPPORT- MANAGEMENT: LOGISTICS SUPPORT (R706)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers Huntsville Engineering and Support Center, is seeking proposals for the Initial Outfitting and Transition Facilities Support Services IV. This procurement aims to provide comprehensive support for the Defense Health Agency's facilities, including project management, interior design, equipment planning, and installation services for new healthcare and medical research facilities. The initiative is part of a broader effort to enhance military readiness and modernize healthcare infrastructure for service members, with services expected to be performed across various locations in the contiguous United States and internationally. Interested parties can reach out to Sharleene Davidson at Sharleene.d.davidson@usace.army.mil or Kijafa Johnson-Cooper at Kijafa.t.johnson-cooper@usace.army.mil for further information.

    Files
    Title
    Posted
    The "Sources Sought Capabilities Questionnaire" provides a framework for businesses interested in submitting proposals for the Initial Outfitting and Transition Facilities Support Services IV project. The document includes sections for businesses to supply vital information, such as their name, contact details, type of business, and relevant NAICS codes. The questionnaire aims to assess contractors' capabilities in performing work within the contiguous United States (CONUS) and outside the contiguous United States (OCONUS), including specific geographical locations. It inquires about the contractor's experience with government medical facilities, capability for simultaneous task orders, and ability to source and manage medical equipment. Furthermore, the document seeks feedback on potential barriers to competition within the project work statement (PWS) and encourages input on improvements. It addresses joint ventures, mentor-protégé arrangements, and the implications of unrestricted procurement pools on small businesses. Vendors are prompted to share lessons learned from previous contracts, ensuring that insights inform future project phases. This questionnaire is marked as procurement-sensitive, aiming to gather crucial contractor capabilities efficiently and encourage broad participation in the procurement process.
    The U.S. Army Corps of Engineers (USACE) has issued a Sources Sought Notice for Initial Outfitting and Transition Facilities Support Services (IO&T FSS IV) to gather market research and assess contractor capabilities for supporting the Military Health System (MHS) during the establishment of new and renovated healthcare facilities. The anticipated capacity for this initiative is around $720 million. This notice invites both small and large businesses to submit their qualifications and experience, indicating any relevant small business designations. Key services required include project management, interior design, equipment planning, transition planning, and post-occupancy evaluations, with work conducted in various locations including CONUS and OCONUS sites. Interested contractors must submit their responses in PDF format, adhering to specific formatting guidelines, by the deadline of April 29, 2025. The submission will be utilized to determine if any contracts can be reserved for small businesses, in accordance with Federal Acquisition Regulations. No reimbursements for response preparation are offered, and questions should be directed to the provided email contacts.
    The U.S. Army Corps of Engineers (USACE) is issuing a SOURCES SOUGHT notice seeking contractors for Initial Outfitting and Transition Facilities Support Services (IO&T FSS) IV, aimed at various healthcare-related construction and renovation projects. This notice does not constitute a Request for Proposal (RFP) but serves as market research to assess capabilities among small and large businesses, with a potential total contract value of $720 million. The services required will support the Military Health System by providing comprehensive project management, equipment planning, transition and relocation services, and compliance with applicable building codes across multiple locations, both within the U.S. and abroad. Interested contractors must submit their qualifications in a specified format, including details about their business designations, via email by April 29, 2025. The notice emphasizes that submissions will not receive responses, and no costs will be reimbursed to participants. This initiative indicates a governmental effort to streamline healthcare facility operations while promoting opportunities for small businesses in compliance with federal regulations.
    The Performance Work Statement (PWS) outlines the requirements for Initial Outfitting and Transition (IO&T) Facilities Support Services for new healthcare facilities related to the DoD and the Defense Health Agency. The contractor's role includes providing personnel, equipment, and project management for the transition of staff, patients, and healthcare programs to ensure that facilities meet the operational needs of the Military Health System. Services encompass comprehensive interior design, equipment planning and purchasing, transition planning, warehousing, installation, and post-occupancy evaluations, all requiring adherence to applicable building codes and quality assurance standards. Contractors must maintain effective quality control, ensuring compliance with safety regulations and managing personnel with specified qualifications. The PWS specifies contractor responsibilities, including reporting requirements, coordination with other contractors, and managing contractor manpower. Finally, emphasis is laid on safety, cybersecurity, and compliance with federal acquisition regulations. This detailed document guides contractors in fulfilling government expectations for healthcare service implementation within the military healthcare system while ensuring quality, safety, and operational efficiency.
    Similar Opportunities
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Sources Sought Notice MFAES Korean Firms
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Engineering and Support Center, is conducting market research to identify qualified Korean architect-engineer (A-E) firms capable of providing a range of services for medical facilities. The procurement aims to support the design, technical assistance, engineering surveys, facility planning, and construction phase services for medical and dental clinics, hospitals, and laboratories, primarily for the USACE Medical Center of Expertise & Standardization (MCX) and the Defense Health Agency (DHA). This opportunity is significant as it addresses the critical need for high-quality medical facility design and support services, with potential work extending to other overseas locations such as Belgium, Germany, the UK, Italy, and Japan. Interested firms must submit their qualifications and a detailed capabilities questionnaire by January 26, 2026, at 12:00 P.M. Central Time, and can contact Eddie Williams or Johnna Sebben for further information.
    Engineering Management and Support Services Approved Justification and Approval
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to procure Engineering Management and Support Services as outlined in the approved Justification and Approval (J&A). This procurement aims to provide essential engineering management and technical support services to enhance the operational capabilities of the DHA. Such services are critical for ensuring effective management and execution of engineering projects within the defense health sector. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or by phone at 703-681-6507, or contact Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further information.
    FY26 HESSEN BAVARIA DB SATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the FY26 HESSEN BAVARIA DB SATOC, a firm fixed price, indefinite delivery/indefinite quantity contract focused on design-build construction projects in the States of Bavaria and Hessen, Germany. This contract will encompass facility repair, renovation, conversion, alteration, additions, and the procurement/installation of minor construction projects, emphasizing the need for efficient and effective construction services. The selected contractor will play a crucial role in maintaining and enhancing military facilities, ensuring they meet operational requirements. Interested parties should reach out to Melodie Clare at melodie.e.clare@usace.army.mil or Ryan Fernandez at RyanDale.R.Fernandez@usace.army.mil for further details regarding the solicitation process.
    Workforce 3.0 - Managed Solution, Defense Healthcare Management Systems (WF3)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a noncompetitive task order under the Workforce 3.0 contract to the Boston Consulting Group, Federal, as part of the follow-on to the successful completion of the Design-to-Outcome Task Order. This procurement aims to provide managed solutions in support of defense healthcare management systems, emphasizing the importance of professional support services in enhancing healthcare delivery for military personnel. Interested parties can reach out to primary contact Sonya Edom at sonya.m.edom.civ@health.mil or secondary contact JR Oliver at j.r.oliver.civ@health.mil for further details regarding this opportunity.
    Sources Sought TX Facilities
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for facilities support services under a total small business set-aside for the Region 3 Facility Investment Services, which includes preventative and corrective maintenance. The procurement aims to ensure the effective operation of miscellaneous buildings, highlighting the importance of maintaining military facilities to support operational readiness. Interested small businesses can reach out to Dorothy Doughty at dorothy.a.doughty.civ@army.mil or call (520) 706-0572 for further details regarding this opportunity.
    Point of Care
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure services related to "Point of Care" under the office of W40M USA HCA. This procurement involves IT and telecom platform products, particularly focusing on database, mainframe, and middleware solutions, which are critical for enhancing healthcare delivery and operational efficiency within military settings. The selected contractor will play a vital role in ensuring that point-of-care technologies are effectively implemented and maintained, supporting the overall mission of the Department of Defense. Interested parties can reach out to YaKita McClurkin at yakita.s.mcclurkin.civ@health.mil for further details regarding this opportunity.
    65 -- Hospital Supply Division
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking procurement for hospital supplies under the title "65 -- Hospital Supply Division." This opportunity involves the acquisition of hospital furniture, equipment, utensils, and supplies, which are critical for maintaining healthcare standards within military facilities. The goods procured will support the operational readiness and medical capabilities of the armed forces. Interested vendors can reach out to James Smith at james.smith@dla.mil or 215-737-0360, or Evan Lessin at evan.lessin@dla.mil or 215-737-0749 for further details regarding this procurement opportunity.
    Redacted J&A
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking professional support services as outlined in the Justification and Approval (J&A) document. The procurement aims to fulfill specific requirements related to health services, although detailed objectives are provided in the attached FAR Part 6 J&A document. These services are critical for maintaining the operational effectiveness of health programs within the military context. Interested parties can reach out to Jaclyn Svincek at jaclyn.p.svincek.civ@health.mil or Jennifer C. Jackson at jennifer.c.jackson18.civ@health.mil for further information, with the performance expected to take place in Silver Spring, MD.
    Technology Support Branch (TSB) Engineering Support Services Bridge Extension
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking engineering support services for the Technology Support Branch (TSB) under a contract titled "TSB Engineering Support Services Bridge Extension." This contract aims to provide program management, engineering, and operations support for the migration and sustainment of the J6 Solution Delivery Division (SDD) legacy systems while the replacement Technology Lifecycle Support (TLS) contract is finalized. The services are critical for ensuring the continuity and effectiveness of the DHA's technological operations during this transitional period. Interested parties can contact Leslie Nelson at leslie.s.nelson7.civ@health.mil or 703-681-4267, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further information.