DRAFT: Solicitation W912DY25R0003 Initial Outfitting and Transition (IO&T) Program Facilities Support Services IV IDIQ MATOC
ID: W912DY25R0003Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2V6 USA ENG SPT CTR HUNTSVILHUNTSVILLE, AL, 35806-0000, 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, is seeking contractors for the Initial Outfitting and Transition (IOT) Facilities Support Services IV, a Multiple Award Task Order Contract (MATOC) aimed at supporting military healthcare construction and renovation projects. The objective of this procurement is to provide comprehensive services including project management, interior design, equipment planning, and transition planning to ensure that new healthcare facilities are fully operational and meet the needs of the Military Health System (MHS). This initiative is critical for modernizing military healthcare facilities across various locations in the Contiguous United States and internationally, with a total contract capacity of approximately $371 million over a potential 84-month period. Interested parties should direct inquiries to Sharleene Davidson at sharleene.d.davidson@usace.army.mil or Kijafa Johnson-Cooper at kijafa.t.johnson-cooper@usace.army.mil, and note that the submission deadline for capability statements is set for March 27, 2025.

    Files
    Title
    Posted
    The provided document lists various companies and their points of contact, emphasizing small business opportunities related to federal government requests for proposals (RFPs), federal grants, and state/local RFPs. Each entry includes the company name, representative’s name, and their email address for potential collaboration. The purpose of this document is to connect small businesses with governmental contracting opportunities, thereby enhancing their participation in public sector procurement processes. The overall structure is straightforward, featuring a simple directory format aimed at facilitating communication between government entities and small business stakeholders. This initiative underscores the government’s commitment to promoting small businesses in federal and local contracting efforts.
    The U.S. AbilityOne Commission facilitates a procurement list of logistical support services aimed at government departments, specifically the Department of Defense (DoD), primarily through SourceAmerica. The document details various service locations, including U.S. Navy and DoD ports across states like Connecticut, Georgia, Florida, Virginia, Hawaii, Washington, California, and Guam. It specifies services offered in logistical support, which encompass critical operations at these military and commercial ports. Additionally, the document provides guidance on conducting searches for these services on their platform, using Boolean operators and wildcards for specificity. The AbilityOne Program particularly benefits individuals who are blind or severely disabled, ensuring inclusivity in federal procurement opportunities. This structure aligns with federal RFP processes, enhancing market access for qualified vendors while adhering to government regulations and promoting socially responsible procurement practices.
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract focused on Initial Outfitting and Transition (IO&T) Facilities Support Services for the Department of Defense (DoD), particularly the Defense Health Agency (DHA). The objective is to efficiently support military healthcare construction and renewal projects, ensuring facilities transition staff and patients seamlessly while being fully equipped to meet operational needs. Key services include comprehensive project management, interior design, equipment planning and installation, transition planning, and warehouse management. Additionally, the contractor must adhere to quality control measures, safety protocols, and comply with various regulations and requirements throughout project execution. The work will be conducted in diverse locations within and outside the contiguous United States. Moreover, the document specifies contractor personnel qualifications, responsibilities, reporting requirements, and safety management plans, alongside the need for a detailed scheduling approach and transition strategies for new facilities. Overall, this PWS establishes a framework for ensuring the timely and quality outfitting of healthcare facilities, emphasizing the importance of compliance with industry standards and government regulations.
    The IO&T 4 Capabilities Questionnaire responses solicit information from various companies regarding their qualifications for potential government contracts related to Initial Outfitting and Transition (IO&T) services. Key topics include the contractor's ability to perform work in different geographical locations (CONUS and OCONUS), their capacity to handle multiple task orders concurrently, and their resources for managing equipment procurement and project management in government medical facilities. Respondents express preferences for procurement processes, noting challenges like competition from larger firms and the impact of funding structures on small businesses. Many companies highlight the need for timely payments and flexibility in purchasing strategies to accommodate the fluctuating costs of medical equipment. Additionally, feedback on the draft Performance Work Statement (PWS) indicates areas for improvement, including addressing personnel qualifications, clarifying roles and responsibilities, and ensuring timely communication during project execution. The overarching theme emphasizes the balance between maintaining competitive opportunities for small businesses while managing the complexities of government contracts.
    The U.S. Army Corps of Engineers is issuing a Sources Sought notice for the Initial Outfitting and Transition (IO&T) Facilities Support Services (FSS) IV. This notice seeks to gather information from potential contractors, both small and large businesses, regarding their capabilities to provide support for various healthcare facility projects. The initiative aims to assess whether parts of the requirement can be set aside for small businesses in accordance with federal regulations. The anticipated contract, valued at approximately $371 million, will require contractors to manage multiple facets of facility transition, including project management, interior design, equipment planning, and relocation services. Work will be conducted across various locations within the United States and internationally. Interested contractors must submit capability statements and complete a questionnaire by August 31, 2023, with submissions accepted in digital format only. Additionally, a Virtual Industry Day is scheduled for August 15, 2023, to provide further information and facilitate networking, particularly for small business participation. This exercise exemplifies the government's proactive approach to ensure competitive opportunities and support for small enterprises in federal contracts.
    The document pertains to the Virtual Industry Day held on August 15, 2023, regarding the Initial Outfitting and Transition (IO&T) Facilities Support Services IV. It includes a list of participants categorized by business type, such as Small Business (SB), 8(a) certified, and Women-Owned Small Business (WOSB). The discussion covers key inquiries, including the estimated value of the contract pool, currently set at $371 million, and whether multiple awards will be made. The government confirmed its ongoing market research phase without a finalized acquisition strategy. Past contracts awarded included a mix of 11 total contractors—five Other than Small Businesses and six Small Businesses. Additionally, materials presented at the event, including slides and Q&A, will be available on sam.gov. This document serves to inform potential contractors about engagement outcomes and provide clarity on the bidding process for federal contracts.
    The document is a comprehensive list of U.S. Army contracts related to logistics support and consulting services, specifically for Military Healthcare Outfitting & Transition and other entities. It details various contracts awarded through delivery orders from the Department of the Army, with a focus on action obligations, dates signed, contracting agency information, and unique entity IDs. The contracts, identified by unique IDs, primarily fall under the PSC R706 category, representing management support in logistics. Significant action obligations include amounts such as $15 million for initial orders and varying amounts for modifications, with several contracts signed in locations like California and Alaska. The documentation reflects ongoing government procurement activities, emphasizing the Army's commitment to enhancing logistics support through contracted services while maintaining complexity and detailed administrative processes. This aligns with overall federal RFPs aimed at optimizing resource management and operational efficacy within military healthcare.
    The U.S. Army Corps of Engineers (USACE) is seeking contractors to provide Initial Outfitting and Transition (IO&T) services for military healthcare facility construction and renovation projects. The contract aims to ensure that healthcare programs and facilities support the Military Health System (MHS) by facilitating the transition of staff and equipment, managing comprehensive interior design, and planning for relocation and operational readiness. The Multiple Award Task Order Contracts (MATOC) will be open for competition with a Small Business Reserve, ensuring that small businesses have the opportunity to participate. The contract term spans up to 84 months, divided into a 36-month base period and two optional 24-month periods, with a total capacity of $371 million if all options are exercised. Task orders will be awarded using a Firm Fixed Price basis. The contractor's obligations include compliance with quality standards and regulations, establishing safety programs, and ensuring all personnel hold required qualifications and certifications. Additionally, task orders may vary in complexity, which will influence the bidding and competition structure. This initiative is critical for modernizing military healthcare facilities and aligning them with operational needs.
    The U.S. Army Corps of Engineers is preparing to solicit proposals for the Initial Outfitting and Transition Program Facilities Support Services IV (Solicitation # W912DY25R0003), aimed at enhancing military healthcare construction and renovations. This pre-solicitation notice indicates an upcoming Firm-Fixed-Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) with a total shared capacity of $371 million over an anticipated 84-month period. The program will focus on providing healthcare facilities across various U.S. and international locations, supporting the Military Health System's mission. Services required include project management, interior design, equipment planning, and training, all adhering to relevant building codes. The solicitation will be issued electronically, with no paper copies provided, and interested offerors must be registered in the System for Award Management. The document specifies no Architect/Engineering services will be included, highlighting the focus on logistical support rather than construction or personal services. Compliance with the Service Contract Act and federal wage determinations will apply to the individual task orders awarded. All communications regarding the solicitation are restricted to official channels, excluding personal inquiries or comments.
    Similar Opportunities
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Buyer not available
    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.
    J&A notice of intent to modify Medical Repair and Renewal MATOC to increase capacity
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to modify the Medical Repair and Renewal Multiple Award Task Order Contract (MATOC) to increase its capacity. This modification is part of a Justification and Approval (J&A) process, which is essential for maintaining and renewing various buildings under the jurisdiction of the Army. The services procured through this contract are critical for ensuring the operational readiness and maintenance of military facilities. Interested parties can reach out to Samantha Adato at samantha.adato@usace.army.mil for further details regarding this opportunity.
    Multiple Award Task Order Contract for Design Build/Design Bid Build (DB/DBB) West
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Multiple Award Task Order Contract (MATOC) focused on Design Build/Design Bid Build (DB/DBB) projects in the Charleston District. This contract aims to establish a pool of up to seven contractors for general construction projects, with a total capacity of $99 million, to be utilized over a three-year base period and an additional two-year option period. The work will be conducted west of the Mississippi River, emphasizing the importance of efficient construction services in supporting military infrastructure. Interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further details, with the formal solicitation expected to be announced within the next 15 to 30 days.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    Small Business Construction MATOC
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    West Branch Design-Build Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Los Angeles District, is soliciting proposals for a Design-Build Multiple Award Task Order Contract (MATOC) aimed at providing construction services. This opportunity is specifically set aside for small businesses and encompasses a range of projects including Sustainment, Restoration, and Modernization (SRM), minor Military Construction (MILCON), and support for various military and civil works programs within the Southern California region. The contract, valued at up to $99 million, will last for five years and will allow for the construction, renovation, and maintenance of facilities at key military installations such as March Air Reserve Base and Edwards Air Force Base. Interested parties can reach out to Cameron Stokes at Cameron.Stokes@usace.army.mil or by phone at 213-452-3009 for further details.
    FY26 Design Build / Design Bid Build General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist Baltimore office, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to provide engineering services under a Total Small Business Set-Aside, allowing small businesses to compete for the contract, which is crucial for supporting various civil works projects. The anticipated solicitation issuance date is set for December 20, 2025, with additional time allocated for proposal submissions due to the holiday season. Interested parties can reach out to Evan Cyran at evan.m.cyran@usace.army.mil or 410-962-6037, or Sherry Rhoden at sherry.s.rhoden@usace.army.mil or 443-890-3871 for further information.
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    403873 FLW AIT Barracks Complex II Phase 2
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.