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
    (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 DPW IT Department, Business Operations and Integration Division, and Engineering Services Division, with potential work at the Yakima Training Center. This procurement is crucial for maintaining operational efficiency and support within the public works sector of the military installation. The solicitation is anticipated to be released around August 23, 2024, with a projected 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.
    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.
    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.
    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, is seeking contractors for the construction of the SOF Consolidated Rigging Facility at Joint Base Lewis-McChord (JBLM) in Washington. This procurement falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the construction of miscellaneous buildings as indicated by the PSC code Y1JZ. The project is significant for supporting Special Operations Forces and enhancing operational capabilities at the base. Currently, the solicitation process has been suspended as per Amendment R0005 to the RFP W912DW24R0024, with a new proposal due date to be announced in the future. Interested parties can reach out to Alysha Macdonald at Alysha.A.MacDonald2@usace.army.mil or Caroline Mueller at caroline.b.mueller@usace.army.mil for further inquiries.
    DPW Support Services at JBLM/YTC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for IT and support services at Joint Base Lewis-McChord (JBLM) through a non-personal services contract. The contractor will be responsible for providing comprehensive IT support, including cybersecurity, hardware and software maintenance, user management, Geographic Information System (GIS) services, Computer-Aided Design (CAD) services, and database administration, all in accordance with the Performance Work Statement. These services are critical for maintaining the operational efficiency of the Directorate of Public Works at JBLM, ensuring that IT systems support the base's infrastructure and mission requirements effectively. Interested vendors must submit their proposals via email by the specified deadline, with all submissions needing to comply with the requirements outlined in the solicitation, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Terrance J. Bond at terrance.j.bond.civ@army.mil or Angela K. Chaplinski at angela.k.chaplinski.civ@army.mil.
    Health Care Workers and Medical Support Staff in Support of Mobilization Force Generation Installation (MFGI) Soldier Readiness Processing Center
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide 98 full-time equivalent (FTE) Health Care Workers and Medical Support Staff for the Mobilization Force Generation Installation (MFGI) Soldier Readiness Processing Center at Fort Bliss, Texas. The procurement aims to ensure medical readiness for military personnel through services such as Soldier Readiness Processing, medical examinations, and Tele-Health services, requiring a diverse range of healthcare professionals including physicians, nurses, and support staff, all with specific qualifications and certifications. This initiative is critical for maintaining operational readiness and addressing public health challenges within the military context. Interested parties must submit tailored Capabilities Statements by September 18, 2024, to the Contract Specialist, Patrick Thielemann, at patrick.a.thielemann.civ@health.mil, and the Contracting Officer, Andrea Vigliotti, at andrea.j.vigliotti.civ@health.mil, referencing W81K00-24-SS-WBAMCSRP in their correspondence.
    Cathodic Services at JBLM and YTC
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is soliciting quotes for cathodic services at Joint Base Lewis-McChord (JBLM) and Yakima Training Center (YTC) in Washington. The procurement involves conducting annual surveys and preventative maintenance on 20 cathodic protection systems, including fire protection and potable water storage tanks, with a focus on ensuring compliance with relevant standards and regulations. This contract is crucial for maintaining the integrity and operational readiness of military infrastructure, thereby minimizing corrosion-related failures. Quotes are due by September 9, 2024, and interested contractors must register in the System for Award Management (SAM) and adhere to specified submission requirements. For further inquiries, contact Terrance J. Bond at terrance.j.bond.civ@army.mil or Shalon Hutton at shalon.d.hutton.civ@army.mil.
    Troop Appliance Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide Troop Appliance Maintenance and Repair (TAMR) services at Joint Base Lewis-McChord (JBLM) in Washington. The procurement aims to ensure the maintenance and repair of various household appliances, including periodic cleaning of dryer ducts, to support Unaccompanied Housing facilities. This initiative is critical for maintaining operational efficiency and safety in residential environments for service members, with a focus on service-disabled veteran-owned small businesses (SDVOSB) as part of the set-aside program. Interested firms must respond to the sources sought notice with detailed information about their capabilities, experience, and interest in competing for the contract, with submissions due by the specified deadline. For further inquiries, contact Hao Ran at hao.ran.civ@army.mil or Jason D. McCormick at jason.d.mccormick4.civ@army.mil.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    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.