Facilities Project Management and Quality Assurance Support Logistics (LOG), Walter Reed Army Institute of Research (WRAIR)
ID: HT9425-25-R-0015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 25, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 2:00 PM UTC
Description

The Department of Defense, through the Defense Health Agency, is seeking proposals from small businesses for Facilities Project Management and Quality Assurance Support Logistics at the Walter Reed Army Institute of Research (WRAIR). The contract aims to provide essential services for overseeing medical research facility operations and maintenance, ensuring compliance with quality standards across facilities ranging from 22,140 to 1,000,000 square feet. This procurement is critical for maintaining operational continuity and supporting military health research initiatives, with a contract period from May 16, 2025, to May 15, 2030, and options for extensions. Interested parties must submit their proposals by April 21, 2025, and direct inquiries to Nathaniel Reus at nathaniel.a.reus.civ@health.mil or 301-619-9209.

Point(s) of Contact
Files
Title
Posted
The document outlines the provisions related to Government Furnished Property (GFP) relevant to a custodial procurement instrument. It includes necessary details such as contact information for the government contracting officer, contract award specifics (including modification numbers, contract types, and issuing office details), and item descriptions for equipment being procured. The key focus is on providing employees with essential technological devices, specifically computers (laptops or desktops) and mobile phones. Detailed descriptions of the requisitioned items include quantities, unit costs, and model specifications. The document mandates that certain fields must be filled for each item and emphasizes the classifications of property as either serially or non-serially managed. Overall, this document serves to facilitate the acquisition process for necessary equipment in compliance with federal contracting guidelines, ensuring that all required information is accurately captured for effective procurement management.
Apr 8, 2025, 5:05 PM UTC
The Performance Work Statement (PWS) outlines a non-personal service contract for Facilities Project Management and Quality Assurance Support at the Walter Reed Army Institute of Research (WRAIR). The contractor will provide essential services to support the Facilities Management Department (FMD) in overseeing medical research facility operations and maintenance. This includes both domestic and international facilities, ensuring continuity of operations while addressing the health challenges faced by U.S. Service Members. Key objectives include project management, quality assurance, and support for various construction projects ranging from 22,140 to 1,000,000 square feet. The contract spans from May 16, 2025, through May 15, 2030, with options for extensions. The contractor will ensure all operational support aligns with established quality control standards and is subject to government surveillance and performance evaluation. Compliance with security, safety, and training requirements is mandatory, including regular participation in relevant training programs. In summary, this contract signifies the government's commitment to enhancing facilities for military health research, facilitating innovative solutions to address infectious diseases and operational readiness while ensuring thorough quality assurance and project oversight.
Apr 8, 2025, 5:05 PM UTC
The Quality Assurance and Surveillance Plan (QASP) outlines a systematic approach for evaluating contractor performance in support of the Walter Reed Army Institute of Research's facilities management. This non-personal services contract focuses on maintaining operational continuity and quality for WRAIR and the Navy Medical Research Center. The QASP details monitoring criteria, responsibilities of government personnel, contractor representatives, and performance standards. Key roles include the Contracting Officer (KO), Contract Specialist (CS), and Contracting Officer’s Representative (COR), who collectively ensure compliance and adequate performance evaluation. Performance metrics encompass effective resource planning, project management, quality deliverables, customer service, and project management support, with specific acceptable quality levels (AQL) and monitoring methods defined for each objective. The document stresses the importance of timely reporting and responsiveness to corrective actions. It acknowledges potential unforeseen circumstances and allows for regular updates to maintain relevance and accuracy. This QASP serves as a framework for holding the contractor accountable and ensuring that all facility support services meet established quality standards, thereby enabling efficient operations aligned with government objectives.
Apr 8, 2025, 5:05 PM UTC
The Quality Assurance and Surveillance Plan (QASP) outlines a framework for performance evaluation related to the Walter Reed Army Institute of Research's facilities management contract. The primary aim is to ensure continuity of operations and service support for the WRAIR/Navy Medical Research Center client-base. The QASP details monitoring procedures, responsibilities of government officials, and performance criteria, including acceptable quality levels for various tasks, such as resource planning, program management, and project management support. Key government roles include the Contracting Officer (KO), who oversees compliance and contractor performance, the Contract Specialist (CS), who facilitates communication, and the Contracting Officer’s Representative (COR), who manages technical administration and surveillance. Performance requirements are specified in a matrix, focusing on achieving high compliance rates and timely reporting with mechanisms for addressing deficiencies. This document acts as a dynamic resource, allowing for regular updates to maintain its relevance and enforcement capability. Overall, the QASP exemplifies the government’s commitment to effective contractor management and quality assurance in service delivery.
Apr 8, 2025, 5:05 PM UTC
The Walter Reed Army Institute of Research (WRAIR) addresses Organizational Conflicts of Interest (OCI) in its contracting processes to ensure fair competition and protect government interests. The requirements are divided into two categories: Isolated Support, which involves limited access to sensitive information, and other general services. Contractors are required to analyze their potential OCI risks when bidding on tasks across these categories. A comparative analysis of past contracts with WRAIR and a certification of OCI status must be supplied with proposals. If a potential OCI is identified, contractors must present an OCI Mitigation Plan. The document outlines considerations to evaluate OCI, such as unequal access to information, impaired objectivity, and biased ground rules. Furthermore, any breaches concerning nondisclosure or misrepresentation may lead to contract termination or disqualification from future contracts. This framework aims to guide contractors in competing effectively while adhering to FAR Subpart 9.5 requirements and ensuring business integrity within WRAIR operations.
The Performance Work Statement (PWS) outlines the requirements for a non-personal service contract for Facilities Project Management and Quality Assurance Support at the Walter Reed Army Institute of Research (WRAIR). The contract aims to provide quality assurance and management services to the Logistics (LOG) Facilities Management Department (FMD) over a multi-year period from May 2025 to May 2030. The contractor is responsible for maintaining facility operations, assisting with various construction and renovation projects, and ensuring compliance with quality standards across facilities ranging from 22,140 to 1,000,000 square feet. The contractor must provide personnel, supplies, and equipment necessary for these tasks, adhering to performance standards and quality assurance guidelines defined in the Quality Assurance Surveillance Plan (QASP). Key aspects include safety training, security clearance for staff, and compliance with federal regulations. Regular reporting and monitoring through monthly status reports and weekly meetings will ensure project progression and quality management. This document plays a vital role within government contracting frameworks by detailing the government's requirements and the expected contractor performance, reinforcing the importance of quality assurance in managing facilities critical for military research.
The document HT942525R0015 details a combined synopsis and solicitation for providing project management, quality assurance, and operational support services specifically for the Walter Reed Army Institute of Research (WRAIR) and other related facilities. The proposal, set aside for small businesses, outlines requirements for supporting both CONUS and OCONUS facilities ranging in size considerably. Contractors must offer service labor and surge support over a 12-month period, with options for extending the contract. It specifies the need for personnel to assist with various tasks within a medical research facility context, focusing on compliance with safety regulations and effective management of multiple construction projects. The document establishes submission deadlines for questions and proposals and describes evaluation criteria that prioritize technical approach, experience, and past performance, with price considered as an important factor but secondary to these non-price elements. The thorough instructions aim to secure quotes that align with the government’s requirements while fostering broad participation from small business entities interested in federal contracting opportunities.
The document is a combined synopsis/solicitation for commercial items, specifically focusing on project management, quality assurance, and operational support services for the U.S. Army Medical Research Acquisition Activity (USAMRAA) at the Walter Reed Army Institute of Research (WRAIR). The solicitation seeks small businesses to provide support across CONUS and OCONUS facilities ranging from 22,140 to 1,000,000 square feet. Key updates in this amendment include enhancements to the Performance Work Statement (PWS), revised instructions for offerors, updated evaluation criteria, and the extension of the proposal submission deadline to April 21, 2025. The scope encompasses various project types, including construction and maintenance, requiring qualified personnel to address safety and operational challenges. Potential bidders are encouraged to inquire about the budget, surge labor specifics, project management details, and performance metrics outlined in the solicitation. The government has clarified its expectations regarding contractor qualifications, security measures, and reporting requirements. This solicitation reflects a structured approach towards acquiring essential services to maintain and support military medical research capabilities, emphasizing quality, compliance, and effective project execution. Interested parties are instructed to submit comprehensive proposals, adhering to specific submission guidelines and deadlines to ensure competitive evaluation.
Apr 8, 2025, 5:05 PM UTC
The document outlines a series of Contract Line Item Numbers (CLINs) for labor requirements associated with a federal request for proposals (RFP). It specifies various labor categories, particularly a Quality Assurance Technician, with consistent hours (1,912) and associated salary and cost breakdowns. Each CLIN includes columns for direct labor rates, subcontractor rates, fringe benefits, overhead, general and administrative expenses, materials, handling, and profit margins. The repetitive structure of the CLINs indicates a standard format for submitting proposals across multiple phases or tasks (CLIN 0001 to CLIN 4002). The overarching purpose of this document is to establish a comprehensive framework for bidders to provide detailed pricing for labor services required by the federal government. This framework is vital for transparency and financial clarity in the bidding process for government contracts, enabling effective comparisons among offerors while ensuring compliance with federal grant and funding regulations.
Lifecycle
Title
Type
Similar Opportunities
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at providing comprehensive medical and dental readiness services to military personnel, including active and reserve components, as well as Department of Homeland Security members. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span ten years and is valued at a maximum of $1.61 billion, focusing on maintaining the health and readiness of service members through various assessments, treatments, and logistical support. This initiative underscores the importance of ensuring a medically ready force, with contractors required to establish a network of certified providers and adhere to strict quality control and reporting standards. Interested parties must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
Request for Proposals: On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and Related Services
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is soliciting proposals for an On-Premises Intellectual Property (IP) and Technology Transfer (T2) Database and related services under solicitation number HT9425-25-R-0051. The procurement aims to acquire a Commercial Patent Docketing and Database Software System that will be hosted on local servers at Fort Detrick, Maryland, providing essential tools for data capture, reporting, document generation, and workflow establishment, along with customer support and training services. This initiative is critical for enhancing the capabilities of the United States Army Medical Research and Development Command in managing patenting and licensing of medical inventions, ensuring compliance with federal regulations. Proposals are due by May 12, 2025, at 9:00 AM Eastern Time, and interested parties can contact Lisa Kuhns at lisa.z.kuhns.civ@health.mil or 301-619-2336 for further information.
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 responses for an Indefinite Delivery Multiple Award Task Order Contract (MATOC) focused on Operations and Maintenance (O&M) services for the Defense Health Agency's Medical Treatment Facilities (MTFs) within the Continental United States (CONUS). The contract will encompass a range of services including maintenance, inspection, and repair of various systems in healthcare facilities, such as HVAC, plumbing, and fire protection, with an estimated total contract capacity of approximately $480 million over a potential five-year period. Interested firms, particularly those classified as small businesses, are encouraged to respond to the Sources Sought announcement by April 29, 2025, and must register in the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Sharon Kindall at sharon.d.kindall@usace.army.mil or Marcus Mitchell at MARCUS.D.MITCHELL@USACE.ARMY.MIL.
Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA)
Buyer not available
The Department of Defense, through the Air Force Research Laboratory, is soliciting proposals under the Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA) FA8650-20-S-6008, aimed at enhancing Airman health and performance through medical research. The initiative focuses on optimizing warfighter readiness by addressing various physiological and environmental factors affecting Airman performance, with eight specific research objectives including aeromedical evacuation and cognitive performance. This program represents a significant investment of approximately $480 million over a 72-month period, with awards ranging from $50,000 to $49 million, encouraging participation from all business types, including small businesses. Interested parties should submit white papers and proposals adhering to strict guidelines, with ongoing submissions accepted until April 30, 2026; for further inquiries, contact Nathaniel Baldwin at nathaniel.baldwin.1@us.af.mil or Ryan Mahoney at Ryan.Mahoney.9@us.af.mil.
DOD USAMRDC FY23-FY27 BROAD AGENCY ANNOUNCEMENT for Extramural Medical Research Department of Defense Dept. of the Army -- USAMRAA
Buyer not available
Special Notice: DEPT OF DEFENSE DEPT OF THE ARMY is seeking extramural research and development ideas for medical research. The USAMRDC aims to provide solutions to medical problems for the American Service Member and the general public. This BAA solicits basic and applied research projects to advance medical science and technology. The selection process is highly competitive, and submissions are accepted throughout a 5-year period. Pre-proposals must be submitted through the electronic Biomedical Research Application Portal (eBRAP), and invited full proposals must be submitted through Grants.gov.
Defense Health Agency-Facilities Enterprise PDB Technical Support RFI
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers in Huntsville, is seeking qualified 8(a) small businesses to provide technical support for the Defense Health Agency's Facilities Enterprise Project Delivery Branch in San Antonio, Texas. The procurement aims to secure lifecycle project oversight for military Medical Treatment Facilities (MTFs), encompassing planning, design, construction, and facility sustainment to enhance operational readiness and compliance with federal regulations. This initiative is crucial for optimizing military healthcare facilities and ensuring effective project management, with a contract duration of 12 months and a potential extension of an additional 12 months, requiring 15 full-time equivalent personnel. Interested firms should submit their qualifications and relevant experience to Jasmine Jackson at Jasmine.N.Jackson@usace.army.mil or Marta Anerton at Marta.L.Anerton@usace.army.mil, as responses are due for market research purposes only and no contracts will be awarded at this time.
W912DY25RA021 previously W912DY25R0003 IOT IV Sources Sought
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractor capabilities for the Initial Outfitting and Transition Facilities Support Services (IO&T FSS IV) to support the Military Health System (MHS) in establishing new and renovated healthcare facilities. The procurement aims to gather market research and assess contractor qualifications for services including project management, interior design, equipment planning, transition planning, and post-occupancy evaluations, which are critical for ensuring that healthcare facilities meet operational needs. This initiative is anticipated to have a capacity of approximately $720 million and invites both small and large businesses to participate, with responses due by April 29, 2025. Interested contractors should direct inquiries to Sharleene Davidson or Kijafa Johnson-Cooper via the provided email addresses.
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.
Defense Health Agency Health Facility Planning Support RFI
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is conducting a Sources Sought notice for the Defense Health Agency (DHA) to identify qualified 8(a) small businesses capable of providing health facility planning support in Falls Church, Virginia. The procurement aims to gather market research on the capabilities of firms to assist in comprehensive facility planning, including programming, operational support, and project development, which are critical for optimizing military healthcare services. Interested firms are encouraged to submit documentation detailing their relevant experience and qualifications, as this notice is intended for informational purposes only and does not constitute a solicitation for proposals. For further inquiries, interested parties may contact Jasmine Jackson at Jasmine.N.Jackson@usace.army.mil or Marta Anerton at marta.l.anerton@usace.army.mil.
Scientific, Technical Research and Project Management Support Services for USAMRIID
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking contractor support for scientific, technical research, and project management services for the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) located in Frederick, Maryland. The procurement aims to provide non-personal support services essential for USAMRIID's mission to protect against biological threats, investigate disease outbreaks, and develop medical capabilities against emerging biological agents. This opportunity emphasizes the need for qualified personnel with expertise in various scientific disciplines, including bacteriology, molecular biology, and virology, to ensure compliance with stringent safety regulations in BSL-2 through BSL-4 biocontainment laboratories. Interested parties should direct inquiries to Christina Lewis or Jayme Fletcher via the provided email addresses, with proposals due as outlined in the solicitation documents.