Operations and Maintenance Services for the Medical Treatment Facilities of Joint Base Lewis-McChord (JBLM), Madigan Army Medical Center (MAMC), WA
ID: W9127824R0046Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT MOBILEMOBILE, AL, 36628-0001, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Defense seeks experienced contractors for the operations and maintenance of medical treatment facilities at the Joint Base Lewis-McChord (JBLM) and the Madigan Army Medical Center (MAMC) in Washington State. This solicitation, identified as Amendment 0006, seeks to engage a capable entity to oversee facility operations, ensuring a healthy and functional environment for patients and staff.

    Scope of Work

    The successful awardee will be responsible for a wide range of operations and maintenance tasks. These include but are not limited to:

    • Managing and monitoring the facility's physical condition, coordinating repairs, and ensuring compliance with relevant standards.
    • Providing qualified personnel for the effective operation and maintenance of the medical center, including skilled tradespeople and support staff.
    • Maintaining medical equipment and ensuring its proper functioning.
    • Managing waste disposal, environmental sustainability initiatives, and ensuring compliance with regulations.
    • Supply chain management and inventory control for medical supplies and equipment.
    • Supporting administrative functions, including record-keeping and statistical reporting.
    Eligibility Criteria

    Applicants for this contract should possess expertise in healthcare facility management and have a strong track record in maintaining large-scale medical centers. Experience in the US Army medical facilities is highly preferred. The successful applicant will be required to adhere to strict confidentiality and security protocols, given the sensitive nature of healthcare operations.

    Funding and Contract Details

    The estimated funding available for this contract is $10,000,000 to $12,000,000, with the potential for a five-year period of performance. The contract will likely be awarded as a firm-fixed-price arrangement, with options for time-and-material tasks.

    Submission Process

    Interested parties should submit their proposals before the deadline on August 15, 2024, as outlined in the detailed solicitation document. Proposals should include a comprehensive understanding of the scope of work and a clear description of the applicant's qualifications.

    Evaluation Criteria

    The evaluation of proposals will prioritize technical capability and experience, with particular attention to the applicant's ability to manage complex medical facilities. Cost-effectiveness and a strong past performance record are also important considerations.

    Contact Information

    For clarification or further information, interested parties can contact Laura Knight at laura.r.knight@usace.army.mil or 251-694-3735. Alternatively, reach out to LaRhonda Archie at larhonda.m.archie@usace.army.mil or 251-441-5539.

    The government encourages eligible contractors to review the solicitation document carefully before submitting their applications.

    Files
    Title
    Posted
    Similar Opportunities
    $175M MATOC for Maintenance, Repair, Construction and Incidental Design Work on JBLM, WA and Sub-Installations
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking qualified prime contractors for a potential $175 million Multiple Award Task Order Contract (MATOC) focused on maintenance, repair, construction, and incidental design work at Joint Base Lewis McChord (JBLM) and its sub-installations in Washington. The MATOC aims to support general construction activities, including renovations, repairs, and environmental abatement, with task orders expected to range from $250,000 to $7 million and an average project duration of six months to two years. This opportunity is particularly significant as it falls under the 8(a) program, meaning only eligible 8(a) firms will be considered for award, and interested parties must submit their letters of interest by 1:00 p.m. local time on October 4, 2024, to Contract Specialist John McGuire at john.e.mcguire@usace.army.mil.
    Sources Sought Notice - O&M with Incidental Repair and Minor Construction, IDIQ MATOC in Support of DHA, East of the Mississippi Region
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for a Sources Sought Notice regarding Operations and Maintenance (O&M) services with incidental repair and minor construction for Defense Health Agency facilities located east of the Mississippi River. The initiative aims to establish Multiple Award Task Order Contracts (MATOC) to ensure efficient facility operations, preventive and corrective maintenance, and adherence to health regulations, including infection control and Joint Commission standards. This contract, anticipated to span five years with an estimated total value of $450 million, emphasizes the engagement of a diverse range of contractors, particularly small businesses, to fulfill specialized maintenance tasks. Interested parties must submit their capabilities and relevant experience electronically by September 10, 2024, and can direct inquiries to LaRhonda Archie at larhonda.m.archie@usace.army.mil.
    SOF Consolidated Rigging Facility, Joint Base Lew is McChord (JBLM), Washington
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, has issued a solicitation notice for the SOF Consolidated Rigging Facility project based at Joint Base Lewis-McChord in Washington. The primary purpose of this federal contract is to construct a building for miscellaneous purposes, as classified under the NAICS code 236220 and PSC code Y1JZ. The solicitation, marked as AMEN 0005, has been posted on the appropriate electronic platform. Notably, this project's procurement process has been suspended temporarily, as communicated in Amendment R0005. The amendment emphasizes that the suspension is administrative in nature and does not provide any further details. It is crucial for offerors to be aware that the proposal due date indicated is merely a placeholder, and a new date will be announced once the suspension is lifted. Interested parties should direct any inquiries to the primary contact, Alysha Macdonald, via email at Alysha.A.MacDonald2@usace.army.mil, or phone at 0114961197442026. Alternatively, secondary contact Caroline Mueller can also be reached at caroline.b.mueller@usace.army.mil or 2067646741 for clarification. Please note that the suspension of the procurement process implies that the scope of work, deliverables, and other specific details are not currently available. The amendment does not provide any insights into the eligibility criteria, evaluation process, or funding details. These details will likely be made available once the suspension is lifted and the proposal deadline is rescheduled.
    TWO-PHASE DESIGN BUILD AND CONSTRUCTION - INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ), MULTIPLE AWARD TASK ORDER CONTRACTS (MATOC) IN SUPPORT OF THE DEFENSE HEALTH AGENCY (DHA) MEDICAL RESEARCH DEVELOPMENT COMMAND (MRDC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Mobile, is soliciting proposals for a Two-Phase Design Build and Construction project under an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) in support of the Defense Health Agency (DHA) Medical Research Development Command (MRDC). This procurement aims to engage qualified contractors to provide comprehensive design and construction services, which are critical for enhancing medical research facilities and capabilities. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is essential for maintaining and upgrading laboratories and clinics. Interested contractors should reach out to Drenna Thompson at drenna.l.thompson@usace.army.mil or 251-694-4108, or LaRhonda Archie at larhonda.m.archie@usace.army.mil or 251-441-5539 for further details, noting that the proposal submission deadline has been extended as per Amendment 0001.
    (Pre-solicitation Notice) DPW Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for DPW Support Services at Joint Base Lewis-McChord (JBLM) in Washington. The contractor will be responsible for providing IT and business support services as part of the Public Works IT Department, focusing on the Business Operations and Integration Division, Engineering Services Division, and Yakima Training Center. These services are crucial for maintaining efficient operations within the military's infrastructure and support systems. The solicitation is anticipated to be released around August 23, 2024, with a closing date of September 23, 2024, at 12:00 PM Pacific Standard Time. Interested parties can contact Terrance J. Bond at terrance.j.bond.civ@army.mil or Angela K. Chaplinski at angela.k.chaplinski.civ@army.mil for further information.
    J065-- Acute Care Bed Maintenance BPAs CO: Jeff Hansen
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for a Service-Disabled Veteran-Owned Small Business to enter into a Blanket Purchase Agreement for the maintenance and repair of medical equipment across multiple facilities in the Western States Network Consortium. The focus is on acute care beds and their specialized servicing, catering to diverse patient needs. The chosen vendor will ensure the prompt and efficient maintenance of these beds, stretchers, mattresses, and gurneys, with work encompassing inspection, servicing, and emergency repairs. Technical expertise is a priority, with manufacturer-certified technicians required to service a wide range of bed types, utilizing original equipment manufacturer parts. With a five-year contract value estimated at $34 million, this procurement is an organized, comprehensive approach to meeting the healthcare needs of the VA facilities. Offer proposals must be submitted by September 18, 2024, 5:00 PM PDT, and will be evaluated based on timely performance, professionalism, and quality of service. Vendors must propose competitive pricing strategies to be considered for these extensive contracts, which cover large geographic areas.
    Phase 1 RFP W912DW-24-R-0028 Design-Build P202 Parachute Survival Training Facility, Joint Base Lewis-McChord, Washington
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build of the P202 Parachute Survival Training Facility at Joint Base Lewis-McChord, Washington, under Phase 1 of a two-phase project. This procurement aims to construct a facility that will enhance parachute survival training capabilities for military personnel, ensuring they receive the necessary training in a specialized environment. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is set aside for small businesses in accordance with FAR 19.5. Interested contractors can reach out to Kyla Couch at kyla.m.couch@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further details, as amendments to the solicitation have already been issued.
    Cathodic Services at JBLM and YTC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting quotes for cathodic protection services at Joint Base Lewis-McChord (JBLM) and Yakima Training Center (YTC) in Washington. The primary objective is to conduct annual surveys and preventative maintenance on 20 cathodic protection systems, which include fire protection and potable water storage tanks, ensuring compliance with Unified Facility Criteria and AMPP standards. This contract, which will be awarded as a Firm Fixed-Price contract, is crucial for maintaining the integrity and operational readiness of critical infrastructure, minimizing corrosion-related failures. Interested contractors must submit their quotes by September 9, 2024, and can direct inquiries to Terrance J. Bond at terrance.j.bond.civ@army.mil or Shalon Hutton at shalon.d.hutton.civ@army.mil.
    Point of Use(POU) Auto Supply Management System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Medical Readiness Contracting Office-East, is seeking proposals for a Point of Use (POU) Automated Supply Management System to support the Martin Army Community Hospital located in Fort Moore, Georgia. The contractor will be responsible for providing installation and maintenance services, ensuring the system can automatically generate orders through the Defense Medical Logistics Standard Support platform, while maintaining high service availability and offering 24-hour technical support. This procurement is crucial for enhancing operational efficiency and compliance in medical supply management within a healthcare setting. Proposals are due by September 13, 2024, with an estimated delivery timeframe from September 30, 2024, to March 30, 2025. Interested parties can contact Lisa Branch at lisa.d.branch.civ@health.mil or by phone at 706-787-0293 for further information.
    DRAFT: Design-Build Services for the Ft Harrison, MT VAMC Seismic Upgrade and Specialty Care Improvements; Phase I, Design-Build Central Utility Plant (CUP) and Parking Garage.
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is seeking design-build services for the seismic upgrade and specialty care improvements at the Fort Harrison, MT Veterans Affairs Medical Center. The project involves the design and construction of a Central Utility Plant (CUP) of approximately 15,700 gross square feet and a 660-space parking garage, along with necessary modifications to existing heating and cooling systems on the campus. This initiative is critical for enhancing the infrastructure and operational capabilities of the medical facility, ensuring it meets modern standards for utility management and patient care. Interested contractors can reach out to Adam Beaver at adam.l.beaver@usace.army.mil or call 402-995-2484 for further details regarding the procurement process.