W9127826SSN2511-MRDC O&M with Repair and Minor Construction
ID: W9127826SSN2511Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST MOBILEMOBILE, AL, 36602-3630, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF LABORATORIES AND CLINICS (Z1DB)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking qualified contractors for a Firm-Fixed-Price contract focused on Operation & Maintenance (O&M) with incidental repair and minor construction services in support of the Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities. The contract will encompass extensive O&M services, including preventive and corrective maintenance, emergency response, and minor construction, specifically for medical research facilities that operate 24/7 across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. Interested contractors must demonstrate expertise in medical facility operations, adhere to relevant standards, and manage complex systems effectively, with responses due by December 8, 2025, for market research purposes. For further inquiries, potential contractors can contact Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the secondary contact at ct-cproposals-medcom@usace.army.mil.

    Files
    Title
    Posted
    The document provides a concise guide for contractors to register for a ProjNet account. The process involves navigating to the ProjNet.org website, clicking the "Register" link, and selecting "USACE" as the agency and "CONTRACTOR" from the respective pull-down menus. Users are then required to input their personal information, including a VendorID obtained from their Office Site Administrator, before clicking the "Register" button to complete the setup. This registration is crucial for contractors engaging with government projects, federal grants, and state and local RFPs, ensuring they can access and utilize the ProjNet system for project-related communications and documentation.
    This Statement of Work (SOW) outlines the requirements for full-service preventive maintenance and corrective maintenance for various U.S. Army Medical Research and Development Command (MRDC) facilities and associated outlying areas. The document details a list of facilities and their improvements/appurtenances across eight key locations: MRDC HQ, USACAEL, USAMRICD, NMRC, AFMES, NMHM, WRAIR, and USAMRIID. Each location includes tables specifying facility numbers, descriptions, year built, RPUID, and operational and maintenance area in square footage, or quantity and units for appurtenances. The total operational and maintenance area for all facilities covered by this SOW is 2,629,757 square feet. The scope allows for additional facilities to be added via service order and formal contract modification during the performance period.
    The Procurement Integrated Enterprise Environment (PIEE) Vendor Registration Guide details how Department of Defense (DoD) vendors can register for an account to submit or view solicitations. It outlines step-by-step instructions for new users to self-register and for existing users to add roles like “Proposal Manager” or “Proposal View Only.” The “Proposal Manager” role is essential for submitting offers. The guide also provides crucial help resources, including links for getting started, finding account administrators, and technical support contacts. It features a Roles and Actions/Functions Matrix to clarify the capabilities associated with each vendor role, ensuring users understand their permissions within the PIEE Solicitation Module.
    The U.S. Army Corps of Engineers (USACE) Mobile District issued a Sources Sought Notice (W9127826SSN2511) to identify qualified contractors for a Firm-Fixed-Price contract. This contract involves Operation & Maintenance (O&M) with incidental repair and minor construction services for Defense Health Agency (DHA) and Medical Research and Development Command (MRDC) facilities across multiple locations, including Forest Glenn, Aberdeen, and Fort Detrick, MD, and Dover AFB, DE. The services include extensive O&M, preventive and corrective maintenance, emergency response, and minor construction, with a focus on medical research facilities that operate 24/7. Contractors must have expertise in medical facility operations, adhere to Joint Commission and AAALAC standards, and be capable of managing complex systems while minimizing disruption. On-site supervisors require an American Society of Healthcare Engineering construction certificate. The anticipated period of performance is a base and three years and six months. Responses are due by December 8, 2025, and will be used for market research and acquisition decisions, including potential small business reserves. Information on bonding capability and Project Labor Agreement (PLA) experience is also requested.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors 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 project is crucial for ensuring timely and cost-effective responses to the repair and minor construction needs of DHA medical facilities across states including Alaska, California, and Colorado. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) website for the solicitation, which is expected to be posted around November 20, 2025. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil.
    Facility Investment Services for 99th Readiness Division (RD), Region 4C
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services for the 99th Readiness Division, Region 4C. The procurement aims to identify capable firms for Preventive Maintenance (PM) and Corrective Maintenance (CM) services, which include maintenance and repair of building exteriors, interior systems, and various infrastructure components. This initiative is crucial for ensuring the sustainment, restoration, and modernization of facilities in West Virginia and Western Virginia, with an estimated five-year ordering period. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, at 5:00 PM EST to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, and all employees must meet specific security requirements.
    Facility Investment Services for 99th Readiness Division (RD), Region 5
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is conducting a Sources Sought Notice (W912BU26RA0R5) to identify qualified small businesses capable of providing Facility Investment Services (FIS) for the 99th Readiness Division, Region 5. The procurement aims to gather market research for preventive and corrective maintenance services, including sustainment, restoration, and modernization of building exteriors, structures, and interior systems such as HVAC, plumbing, and fire protection across Delaware, Maryland, and Eastern Virginia. This initiative is crucial for maintaining operational readiness and ensuring the longevity of facilities, with an anticipated contract duration of five years. Interested offerors must submit their capability statements and relevant past performance information by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil.
    Preventative Maintenance and Repair of Sterilization and Central Vacuum Equipment in Biosafety Labs (BSL) 1,2,3 and 4
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from potential sources for a service contract focused on the preventative maintenance and repair of sterilization and central vacuum equipment in Biosafety Labs (BSL) 1, 2, 3, and 4. The contract will encompass the maintenance of 63 sterilization units, including 49 existing Getinge sterilizers, with an emphasis on adhering to original equipment manufacturer (OEM) specifications and conducting bacteriological indicator tests to ensure efficacy. This initiative is critical for maintaining essential sterilization and washing systems that support the mission of the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in protecting warfighters from biological threats. Interested parties, particularly small businesses registered under NAICS code 811210, are encouraged to submit capability statements by December 12, 2025, to Christina Lewis at christina.m.lewis14.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    FACILITIES REMODEL TO SUPPORT XRAY MACHINE INSTALL UPDATED 19 NOVEMBER
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking contractors to remodel treatment rooms at the David Grant Medical Center, Travis Air Force Base, to accommodate new Planmeca and Pano X-ray machines. The project requires comprehensive facility modifications, including architectural, structural, and electrical engineering design, as well as the installation of shielding and various construction tasks, all to be completed within a 90-day performance period following contract signing. This procurement is crucial for enhancing medical imaging capabilities at the facility, ensuring compliance with safety standards and operational efficiency. Proposals are due by 10:00 AM PST on December 15, 2025, with a site visit scheduled for December 2, 2025; interested parties should contact Kenneth Harmon at kenneth.d.harmon.civ@health.mil for further information.
    Facilities Maintenance and Management Services
    Buyer not available
    The Department of Energy is seeking qualified contractors to provide Facilities Maintenance and Management Services at its Headquarters Complexes located in Washington, DC, and Germantown, MD. The procurement encompasses a range of services including recurring work and preventative maintenance, daily operations management, limited Energy Management Control System (EMCS) operations, service calls, safety and fire outage management, work control permit management, and hazardous materials management. These services are crucial for ensuring the efficient operation and safety of the facilities, which support the Department's mission. Interested parties can contact Dremayne T. Doyle at dremayne.doyle@hq.doe.gov or by phone at 240-220-1498 for further details.
    North Landing Zone (NLZ) Role II Medical Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to solicit proposals for the construction of a Role II Medical Facility at the North Landing Zone (NLZ) in Syria. This project involves the design and construction of a new medical facility, including associated power generation and services, with a contract value anticipated between $1 million and $5 million. The procurement process will follow FAR Part 15, utilizing a Lowest Price Technically Acceptable (LPTA) source selection method, and is expected to open for proposals around December 15, 2025, with a closing date around January 14, 2026. Interested contractors should ensure they are registered in the System for Award Management (SAM) and the Joint Contingency Contracting System (JCCS) to be eligible for award, and may contact Nikisha Cook or Michael Getz for further information.
    Facility Investment Services for 99th Readiness Division (RD), Region 4A
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified small businesses to provide Facility Investment Services (FIS) for the 99th Readiness Division (RD), Region 4A. The procurement aims to identify contractors capable of performing Preventive Maintenance (PM) and Corrective Maintenance (CM) for various infrastructure sustainment, restoration, and modernization tasks across Western New York and Northwestern Pennsylvania. This initiative is crucial for maintaining the operational readiness of facilities, ensuring they remain in good working order through necessary maintenance and repair activities. Interested parties must submit their capability statements and relevant documentation by December 16, 2025, to Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil, with inquiries directed to either Tiffany or Cherita Williams at the provided contact details.
    Cybersecurity Operations Facility
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for the construction of a new Cybersecurity Operations Facility at Fort Meade, Maryland. This facility will serve the Navy and Marines, featuring secure open office spaces, operational areas, a large server area, and various mission support areas including training and collaborative spaces. The project is significant for enhancing cybersecurity operations and infrastructure, with a firm fixed-price contract structure. Interested contractors should note that the proposal due date has been extended to January 6, 2026, and can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil for further information.
    NATIONAL CAPITAL REGION MULTIPLE AWARD TASK ORDER CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is initiating a National Capital Region Multiple Award Task Order Contract aimed at small businesses for industrial building construction and related services. This procurement will focus on the repair or alteration of miscellaneous buildings, with the work expected to take place at Aberdeen Proving Ground in Maryland. The contract is significant for ensuring the maintenance and enhancement of military infrastructure, which is vital for operational readiness. Interested parties should note that the solicitation is set to be released on November 17, 2025, and can direct inquiries to the primary contact, Danette Wilson, at danette.d.wilson.civ@army.mil, or the secondary contact, Amy Hahka, at amy.k.hahka.civ@army.mil.