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
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Biomedical Research Application Evaluation and Support Services (BRAES)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information regarding Biomedical Research Application Evaluation and Support Services (BRAES) as part of a market research initiative. The objective is to support the Congressionally Directed Medical Research Programs (CDMRP) by managing biomedical research funding, which includes a two-tier review process and the development of a Quality Control Plan. This opportunity is crucial for ensuring the integrity and efficiency of the application evaluation process, utilizing government-furnished systems for application processing and award management. Interested parties must submit their responses to the Request for Information (RFI) by 12:00 p.m. Eastern Time on December 15, 2025, to Ms. Deanna S. Moose at deanna.s.moose.civ@health.mil, adhering to the specified guidelines and page limits.
    Regulated Medical Waste Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Health Care Activity, is seeking sources for Regulated Medical Waste (RMW) disposal services to support military medical treatment facilities across the United States, Guam, and Puerto Rico. The procurement aims to identify qualified contractors capable of providing comprehensive RMW removal, transportation, and disposal services, adhering to federal, state, and local regulations, including those for hazardous waste. This initiative is crucial for maintaining health and safety standards within military healthcare environments, ensuring proper handling of potentially infectious materials. Interested parties must submit their capability statements, along with the required Market Research Questionnaire and Experience Reporting Form, to the designated contacts by the specified deadlines, with the contract anticipated to be awarded as a firm fixed price agreement commencing on January 31, 2027.
    Airman Readiness Medical Research (ARMR) Hybrid Broad Agency Announcement (BAA)
    Dept Of Defense
    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.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is crucial for improving decision-making and operational efficiency in military healthcare, with a total contract value of $34 million and a performance period from January 30, 2026, to January 29, 2027, with options for additional 12-month periods. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via email, and proposals must be submitted electronically by January 9, 2026.
    DOD USAMRDC FY23-FY27 BROAD AGENCY ANNOUNCEMENT for Extramural Medical Research Department of Defense Dept. of the Army -- USAMRAA
    Dept Of Defense
    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.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation 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 solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    BATTLEFIELD WOUND INFECTION PREVENTION AND TREATMENT (BWI P&T): BARRIER COMBINATION PRODUCT DEVELOPMENT
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is conducting market research for the development of a barrier combination product aimed at preventing and treating battlefield wounds and subsequent infections. This initiative, part of the Battlefield Wound Infection Prevention and Treatment (BWI P&T) program, seeks to identify commercial solutions that can effectively address the unique challenges of wound care in austere environments, where medical resources may be limited. The barrier combination product is expected to play a crucial role in a Family of Systems (FoS) approach, providing innovative solutions for both military and commercial applications in wound care. Interested parties are invited to submit their responses by January 20, 2026, at 2:00 PM Eastern, via email to the primary contacts, Jeanette Collins and Julie Burns, whose emails are provided in the opportunity overview. This RFI is for planning purposes only, and no contract will be awarded based on the responses received.
    BROAD AGENCY ANNOUNCEMENT (BAA) for Extramural Biomedical and Human Performance Research and Development - HT9425-23-S-SOC1
    Dept Of Defense
    Special Notice DEPT OF DEFENSE is seeking proposals for extramural biomedical research and development. This opportunity is issued by the DEFENSE HEALTH AGENCY (DHA) under the BROAD AGENCY ANNOUNCEMENT (BAA) HT9425-23-S-SOC1. The purpose of this BAA is to solicit research and development ideas to advance the state-of-the-art or increase knowledge in the field. The projects funded under this BAA should focus on basic and applied research rather than the development of specific systems or hardware solutions. The research and development funding is expected to benefit both military and civilian medical practice and knowledge. Interested parties must submit a pre-proposal through the electronic Biomedical Research Application Portal (eBRAP). If selected, the offeror will be invited to submit a full proposal or application through Grants.gov. The BAA is open for a 5-year period, from August 1, 2023, to July 31, 2028. The BAA with revised research areas of interest and General Submission Instructions can be found on Grants.gov using opportunity number HT9425-23-S-SOC1.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.