Operation & Maintenance Engineering Enhancement Support Services (Korean firms only)
ID: W912DY-25-R-KOREAType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILHUNTSVILLE, AL, 35806-0000, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Engineering and Support Center in Huntsville, is seeking responses from Korean firms for Operation and Maintenance Engineering Enhancement Support Services. This SOURCES SOUGHT notice aims to assess the capabilities of Korean firms to provide essential maintenance and support services for medical and supporting facilities in South Korea, including preventive maintenance, grounds maintenance, pest management, and medical equipment upkeep, all in compliance with The Joint Commission standards. Interested firms must demonstrate relevant experience in facility management and military regulations, with submissions due by March 14, 2025, via email only. For further inquiries, firms may contact Samantha Adato at samantha.adato@usace.army.mil or Mason Shockley at mason.j.shockley@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Engineering and Support Center in Huntsville has issued a SOURCES SOUGHT notice, seeking responses exclusively from Korean firms for Operation and Maintenance services in Korea. This market research aims to assess the capability of Korean firms to support Medical and Supporting Facilities, including maintenance, repair, and minor construction. The scope of services includes preventive maintenance, grounds maintenance, pest management, and medical equipment upkeep, following compliance with The Joint Commission standards. Interested firms must demonstrate relevant experience, including facility management and compliance with military regulations. Submissions should provide detailed responses to a capabilities questionnaire and be received by March 14, 2025. Only emailed responses will be accepted, and additional materials or personal visits are prohibited. The notice emphasizes registration in the System for Award Management (SAM) for all interested firms.
    Similar Opportunities
    Custodial Service for Area IV (Daegu, Waegwan, Gimcheon and Busan).
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the 646th Support Detachment, is soliciting proposals for custodial services in Area IV, which includes Daegu, Waegwan, Gimcheon, and Busan. The procurement aims to provide comprehensive janitorial services, as outlined in the Performance Work Statement, which has undergone revisions in recent amendments to clarify requirements and address vendor inquiries. These services are crucial for maintaining cleanliness and hygiene in military facilities, ensuring a safe and functional environment for personnel. Interested vendors should refer to the attached solicitation documents for detailed information and are encouraged to contact Jaeyoun Lee at jaeyoun.lee2.civ@army.mil or by phone at 315-763-5691 for further inquiries.
    Solicitation, W90VN7-25-R-A012_ Ground Maintenance Service at Kunsan AB.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for ground maintenance services at Kunsan Air Base. The procurement aims to secure comprehensive landscaping services, which are essential for maintaining the aesthetic and functional quality of the base's outdoor environments. This contract falls under the NAICS code 561730, indicating a focus on landscaping services, and is categorized under the PSC code S208 for housekeeping and groundskeeping. Interested vendors should reach out to Kyong Ko at kyong.o.ko.ln@army.mil or call 011-82-503-355-9315 for further details regarding the solicitation process.
    Sources Sought: Fuels Recurring Maintenance and Minor Repair Program
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified firms for the Fuels Recurring Maintenance and Minor Repair Program, aimed at supporting the Defense Logistics Agency - Energy (DLA-E). This opportunity involves executing recurring maintenance and minor repairs for petroleum facilities located outside the contiguous United States, particularly in Japan and Diego Garcia, over a three-year period that includes a base year and two optional years. The program is critical for ensuring compliance with federal regulations and maintaining the operational readiness of fuel delivery missions. Interested firms must submit their qualifications and experience, addressing specific capability questions, by the outlined formatting requirements to Tamikah Dubose McWilliams at tamikah.mcwilliams@usace.army.mil or Kijafa Johnson-Cooper at kijafa.t.johnson-cooper@usace.army.mil, with a focus on regulatory compliance and potential barriers to competition.
    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
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking qualified contractors for an Indefinite Delivery Multiple Award Task Order Contract (MATOC) focused on Operations and Maintenance (O&M) services for Defense Health Agency (DHA) Medical Treatment Facilities (MTFs) across the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The contract will encompass a range of services including preventive maintenance, inspection, and repair of various systems within healthcare facilities, such as HVAC, plumbing, and electrical systems, ensuring compliance with applicable codes and standards. This procurement is critical for maintaining operational readiness and safety in healthcare environments, with an estimated contract capacity of $480 million over five years, and individual task orders ranging from $5,000 to $60 million. Interested firms must respond to the Sources Sought announcement by April 13, 2025, and can direct inquiries to Sharon Kindall or Marcus Mitchell via email.
    CensiTrac Surgical Instrument Tracking System Annual Subscription Services at Brian D. Allgood Army Community Hospital, South Korea
    Buyer not available
    The Department of Defense seeks to award a firm-fixed price contract for annual subscription services related to the CensiTrac Surgical Instrument Tracking System at the Brian D. Allgood Army Community Hospital in South Korea. This system is essential for automating the tracking of surgical instruments and equipment, enhancing infection control, and providing data for performance analysis and improvement. The contract, planned to run from September 15, 2024, to September 14, 2025, aims to engage Censis Technologies, Inc. as the sole authorized provider of CensiTrac. The proposed contract covers software licensing, security, upgrades, and maintenance, ensuring efficient surgical instrument management and improved clinical outcomes. The Medical Readiness Contracting Office—Pacific encourages all responsible parties to submit capability statements or quotations for consideration. The procurement falls under the NAICS code 513210: Software Publishers, with an annual size standard of $47 million. If you wish to respond to this opportunity, ensure your submission is received by the agency prior to the deadline. For more information or clarifications, contact Scott Saito at scott.k.saito.civ@health.mil or via phone at 808-433-9512.
    Blanket Purchase Agreement for Construction Materials and Maintenance Supplies, USAG Humphreys & Area III, Republic of Korea
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking vendors to establish a Blanket Purchase Agreement for construction materials and maintenance supplies at USAG Humphreys and Area III in the Republic of Korea. This procurement aims to secure a reliable source of electrical apparatus, equipment, wiring supplies, and related materials, which are essential for ongoing construction and maintenance projects in the area. The selected vendors will play a crucial role in supporting military operations by ensuring the availability of necessary supplies to maintain infrastructure and facilities. Interested parties can reach out to primary contact Chu Song Yi at chusong.yi2.ln@army.mil or by phone at 011825033553389, or secondary contact Emery Moser at emery.s.moser.civ@army.mil or 3157553403 for further details.
    Preventive and Corrective Maintenance on Modula Vertical Lifts at DLA Distribution Depot Camp Carrol Korea
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking contractors to provide preventive and corrective maintenance services for Modula Vertical Lift Modules (VLMs) at the DLA Distribution Depot in Camp Carroll, South Korea. The procurement involves a firm-fixed-price contract covering a base year and three option years, with a total potential value of $120,000 if all options are exercised, emphasizing the importance of maintaining operational efficiency for Automated Storage and Retrieval Systems (ASRS) equipment. Interested bidders must demonstrate technical capability and past performance relevant to similar projects, with quotations due by March 25, 2025. For further inquiries, contact Steven Lesh at Steven.Lesh@dla.mil or call 717-770-8453.
    REPAIR DETERIORATED INTERIOR AND EXTERIOR OF BLDG. NO. S-1317, BUSAN STORAGE FACILITY (BSF)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to repair the deteriorated interior and exterior of Building No. S-1317 at the Busan Storage Facility (BSF). The project involves comprehensive maintenance and restoration work, which is critical for ensuring the functionality and safety of the facility. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for the solicitation number W90VN925RA034. For inquiries, potential bidders may contact Robert Nimmo at robert.w.nimmo.civ@army.mil or +82-0503-363-5695, or Chong Hyon Kwon at chonghyon.kwon.ln@army.mil or 315-763-5693.
    Pressure Wash of Exterior Building Walls for Area IV
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the 646th Support Detachment, is soliciting offers for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the pressure washing of exterior building walls at USAG Daegu. Contractors are required to submit comprehensive technical proposals, including proof of relevant experience and qualifications of key personnel, as well as a complete price proposal, with an emphasis on both technical acceptability and price competitiveness. This service is crucial for maintaining the cleanliness and integrity of military facilities, ensuring they meet operational standards. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals electronically by the specified deadlines, with a site visit scheduled for March 5, 2025. For further inquiries, potential bidders can contact Kumson Yi at kumson.yi.civ@army.mil or by phone at 315-763-5686.
    Outdoor Swimming Pool at Osan AB, Korea
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide management and operational services for the outdoor swimming pool at Osan Air Base, South Korea. The procurement includes lifeguard staffing, access control, cleaning services, and compliance with health and safety standards as outlined in relevant Air Force manuals. This opportunity is significant for enhancing recreational services for military personnel and their families, promoting well-being and community engagement. Interested contractors, particularly Women-Owned Small Businesses, should contact Ikchung Om at ikchung.om2.ln@army.mil or Pyongha Hwang at pyongha.hwang.ln@army.mil for further details, with the contract performance period set from May 23, 2025, to September 1, 2025.