Defense Health Agency Medical Treatment Facility O&M Services MATOC

Agency:
State: Arkansas
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159252205959693
Posted Date: Dec 19, 2023
Due Date: Feb 29, 2024
Source: Members Only
Follow
Defense Health Agency Medical Treatment Facility O&M Services MATOC
Active
Contract Opportunity
Notice ID
W9127S24R6002
Related Notice
W9127S23R6000
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
W076 ENDIST LITTLE ROCK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 19, 2023 02:05 pm EST
  • Original Response Date: Feb 29, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1DA - MAINTENANCE OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Little Rock , AR 72201
    USA
Description

PRESOLICITATION NOTICE



December 19, 2023



THIS NOTICE IS PROVIDED FOR INFORMATION ONLY: THIS SYNOPSIS IS ONLY A NOTIFICATION THAT A SOLICITATION IS ANTICIPATED AND FORTHCOMING.



CONTRACTING OFFICER ADDRESS: 700 W Capitol Avenue, Little Rock, AR 72201



CONTRACT AWARD / SOLICITIATION NUMBER: W9127S-23-R-6002



TITLE: Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) For Operations and Maintenance Support Service Area of Responsibility (AOR) 1 and AOR 2 Geographic Task Order (GTO)



DESCRIPTION: US Army Corps of Engineers (USACE) – Little Rock District (CESWL) in support of the Defense Health Agency (DHA) Program announces to solicit for Operation and Maintenance services of Medical Treatment Facilities (MTRs) in geographical areas classified as Area of Responsibility (AOR) 1 & 2 regions. Areas of Responsibility may include states of CONUS states AL, AR, CA, CO, ID, IA, KS, LA, MN, MO, MT, NE, NV, NM, ND, NM, OK, SD, TX, UT, WY and, OCONUS (Alaska) and Transitional Site Locations of DHA larger Direct Reporting Markets, Small Market/Stand-Alone and Stand-Alone Markets. This Acquisition is for a Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Operations and Maintenance of Real Property.



The Product Service Code is ZIDA (Maintenance of Hospitals and Infirmaries) and NAICS Code of 561210 (Facilities Support Services), size standard of $41.5 million. The MATOC duration will be a five (5) base ordering period to manage the DHA Operations and Management services job order platform.



The Scope of Work (SOW) for resultant contracts will primarily be associated with Medical Facilities Operations and Maintenance of Real Property performed within CONUS to include Alaska. There are no specific AOR 1 or AOR 2 locations identified at this time as DHA is continuing to develop their regional coverage plan for medical facility O&M services. Unscheduled, preventative, recurring maintenance service orders are contemplated to support locations after specific sites have been assigned to Southwest Little Rock District (SWL) Medical Support Team (MST). Additionally, SWL district partners may use this MATOC to support their mission’s need for facility maintenance services.



This firm-fixed price (FFP) MATOC, for Operations and Maintenance services will include, but is not limited, to service calls, inspection, testing, and certification of various types of equipment of hospitals, clinics, medical administration buildings, ambulatory health facilities, medical warehouses, medical labs, biological engineering labs, dental clinics, veterinary clinics, and wellness centers pharmacies, vivarium and specialty facilities such as hyperbaric chambers, MRI/CT and decontamination facilities. Other types of work are restoration and/or modernization of HVAC, medical gas, plumbing, electrical, elevators, building envelope, fire protection, interior renovation, terrorism/force protection and exterior site and systems work such as utilities infrastructure, roadways, sidewalks, parking lots, landscaping, irrigation and minor construction ancillary to performance of a Service Order. This work is performed in ongoing active healthcare facilities. Some repair, restoration, and modernization requirements will be within the scope of individual task orders ancillary to service calls orders.



The acquisition is open to both unrestricted competition and small businesses. The Government intends to include a target of six (6) small businesses and four (4) other than small businesses in the pool. This single pool of both other than small and small businesses reserves will establish the $240M shared MATOC capacity.



To accomplish the services needed by DHA, this contract will provide for three (3) or more Contract Line-Item Numbers (CLIN) structures on each Task Order (TO) Award.



A single-phase source selection process will be used to evaluate the Offerors for award. Awardees will be selected based on demonstrated technical competence and qualifications. A selection process will be used in accordance with FAR Parts 12 and 15, Best Value trade-off Evaluation. The Government will evaluate performance capability in accordance with criteria described in the solicitation documents.



The Government will post the solicitation and all subsequent amendments to the Government- Wide Point of Entry (GPE) System of Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) Web Site http://www.sam.gov and www.piee.eb.mil. The offeror is solely responsible to obtain this solicitation and any subsequent amendments through these websites. Offerors are encouraged to visit the websites and become familiar with content and functionality prior to the solicitation issue date. Prospective Offerors must provide all information necessary to register for systems access and to receive posting notifications.



Offerors must be registered and have an active, valid registration in the System for Award Management (SAM) database and the Procurement Integrated Enterprise Environment Solicitation Module (PIEE). Offerors must have a NIST Score recorded in PIEE to be eligible for award (https://piee.eb.mil/, to access SPRS/NIST Score ). To obtain information on Central Contracting Registration (CCR), Online Representation and Certifications Application (ORCA), & Excluded Parties List System (EPLS) and/or how to register, visit the following web site: https://www.sam.gov.



CONTACT POINT:



Brenda Paulk: brenda.d.paulk@usace.army.mil or



Darren Woodard: darren.b.woodard@usace.army.mil



Estimated solicitation issue date is on or about January 15, 2024. Proposals are anticipated to be due on or about February 29, 2024. The proximity date of award is anticipated around of June 24, 2024.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 700 W CAPITOL AVE ROOM 7315
  • LITTLE ROCK , AR 72201-3225
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >