EN

BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Published March 17, 2025 at 8:00 PM

Updated October 1, 2024

This is a service / maintenance or supply contract in Little Rock, Arkansas. Contact the soliciting agency for additional information.

This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers, Little Rock District, has been tasked to solicit for and award an 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, Continental United States (CONUS) and Outside the Continental United States (OCONUS) The proposed contract will be a competitive firm-fixed-price contract procured in accordance with FAR Part 15, Negotiated Procurement, using the "Best Value" trade-off process. The type of set-aside decision(s) will be determined based on responses received to this synopsis and other market research methods. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), & Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, & WOSB are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the following: The performance work statement (PWS) for the resultant contract will be associated with the Medical Facility O&M services of Real Property. Work may include, but not limited to service calls, preventive maintenance, inspection, testing and certification of various types of equipment such as 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, and irrigation. This work is performed in ongoing active healthcare facilities. Some repair, restoration, and modernization requirements may be beyond the statement of service call work. Facility types may include, but is not limited to, hospitals, clinics, medical administration buildings, medical centers, pharmacies, vivarium, ambulatory health facilities, medical warehouses, medical labs, biological engineering labs, dental clinics, veterinary clinics, wellness centers. Healthcare facilities may include, but are not limited to, clinics, hospitals, medical centers, labs, pharmacies, administrative facilities, veterinary facilities, vivarium, medical warehouses, and specialty facilities such as hyperbaric chambers, MRI/CT, and decontamination facilities. This requirement will be performed in the CONUS at designated DHA MTF locations (see MAP and Table of locations). DHA is continuing to develop their regional coverage plan for healthcare facility O&M services. Individual task orders are contemplated to support the CONUS locations. Under this contract, the contractor shall provide all personnel, equipment, tools, vehicles, materials, supervision, subcontracts, and other items and services necessary to perform and shall perform all operation, maintenance, repair and facility management support tasks and functions for medical facilities as defined in the Performance Work Statement (PWS) at the DHA MTF locations as identified below. a. Known Locations transitioning during FY26-FY31 (See map attachment for AOR 3 & 4) AOR 3 Anniston Army Depot Blue Grass Army Depot Camp Atterbury Camp Frank D. Merrill CBC Gulfport MS Columbus Corry Station (NAS PENS) Detroit Arsenal Eglin AFB Site #1 Fort Buchanan Fort Campbell KY Fort Campbell TN (ACH Blanchfield) Fort Eisenhower (AMC Eisenhower-Gordon) Fort Jackson (AHC Moncrief) Fort Knox (AHC Ireland) Fort McCoy Fort Moore Fort Novosel (AHC Lyster - Rucker) Fort Stewart (ACH Winn) GL Camp Moffett GL Camp Porter GL Lovell FHCC Hunter Army Airfield Hurlburt JBC - Charleston AFB JBC - NWS Charleston (NHC Charleston) Keesler Macdill Maxwell MCAS Beaufort MCLB Albany Main Site MCRD Paris Island Moody NAS Jacksonville FL NAS Jacksonville - NMRTC NAS JRB New Orleans LA NAS Key West Nas Pensacola FL NAS Whiting Field Milton FL Naval Station Great Lakes IL (James Lovell FMCC) Naval Station Mayport FL NAVSUPPFAC Beaufort SC NSA Midsouth Memphis TN NSA Panama City Redstone Arsenal (AHC Fox) Robins Rock Island Arsenal Shaw Subase Kings Bay GA Tyndall US Army Garrison Miami Wright PATT AOR 4 ABERDEEN PROVING GROUND ABERDEEN PROVING GROUND (DCPH-A) CARLISLE BARRACKS CHEATHAM ANNEX DAM NECK DEFENSE DISTRIB DEPOT SUSQ (Fillmore) DET PHIL PNY ANNEX DOVER Guthrie) FORT GEORGE G MEADE (Kimbrough ACC) FORT GREGG-ADAMS (AHC Kenner - Lee) FORT INDIANTOWN GAP FORT LESLEY J MCNAIR FORT LIBERTY (AMC Womack - Bragg) FORT WALKER (A P Hill) HANSCOM JB ANDREWS JBAB-BOLLING JBLE-FORT EUSTIS (AHC McDonald) JBLE-LANGLEY JBMDL-FORT DIX JBMDL-LAKEHURST JBMDL-MCGUIRE JBMH-MYER-HENDERSON HALL JEBLCFS-FORT STORY JEBLCFS-LITTLE CREEK LETTERKENNY ARMY DEPOT MCAS CHERRY POINT MAIN BASE MCB CAMP LEJEUNE (EAST SITE) MCB CAMP LEJEUNE (NORTH SITE) MCB CAMP LEJEUNE (WEST SITE) MCB QUANTICO MAIN BASE (NHC Quantico) MEDICAL CLINIC MILITARY OCEAN TML SUNNY POINT NAS OCEANA NAS PATUXENT RIVER NAS PATUXENT RIVER-ANDREWS NAVACAD NORTH SEVERN NAVAL HOSPITAL - NEWPORT NAVAL RESEARCH LAB NAVAL STATION GUANTANAMO BAY NAVAL STATION NEWPORT RI (NHC New Eng) NAVAL STATION NORFOLK NAVMEDCEN PORTSMOUTH NAVSUBASE NEW LONDON CT NAWCADLKE NON-NIF LAKEHURST NNSY SCOTT CENTER NORTHWEST CHESAPEAKE NSA BETHESDA MD (WRNMMC) NSA BETHESDA MD (USUHS, AFRRI) NSA MECHANICSBURG NSA SARATOGA SPRINGS NY (Lease) NSA SOUTH POTOMAC-DAHLGREN NSA WASHINGTON NSF INDIAN HEAD NSY PORTSMOUTH NWS EARLE NWS YORKTOWN PENTAGON BUILDING SITE PICATINNY ARSENAL SEYMOUR JOHNSON TOBYHANNA ARMY DEPOT UPPER YARD ANNAPOLIS WATERVLIET ARSENAL WEST POINT MILITARY RESERVATION b. Performance Work Statement Work shall be performed, and documentation shall be maintained to the standards set forth in this contract, the National Fire Protection Association (NFPA), The Joint Commission (TJC) and all other applicable codes and regulations to ensure full TJC compliance. The award for services under this PWS shall be limited to the services identified in the contract line items awarded in the task order and its modifications. The proposed initial capacity for the MATOC is estimated at $240 million per Area of Responsibility (AOR) which would result in one AOR 3 & 4 MATOC with capacity equal to $480M. Market Research will inform the Project Delivery Team (PDT) how to proceed. The contract length is proposed to be up to five years. Task orders are estimated to be $5K to $60M. Prior Government contract work is not required for submitting a response under this Sources Sought Synopsis. The North American Industry Classification System (NAICS) code for this procurement is 561210, Facilities Support Services, which requires the performance of three or more separate activities in the areas of services or specialty trade contractor industries and has a U.S. Small Business Administration (SBA) Size Standard of $47,000,000.00. The Product Service Code (PSC) is Z1DA, Maintenance of Hospitals and Infirmaries. (Note: it is not anticipated that facility services required are identified with a specific industry and that industry is projected to account for 50% or more of the value of the entire procurement over the performance life of the MATOC. 70% of the work is currently self-performed by site maintenance teams at each location.) Small Businesses are reminded under FAR 52.219-14 (Deviation 2021-O0008), Limitations on Subcontracting. Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding certain other direct costs and certain work performed outside the United States (see paragraph (e)(1)(i)), to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. Anticipated solicitation issuance date is on or about November 26, 2025, and the estimated proposal due date will be on or about January 12, 2026. The official synopsis citing the solicitation number will be issued through SAM.gov portal inviting companies to register electronically to receive a copy of the solicitation when it is issued. Responding to this Sources Sought: Interested firms shall respond to this Sources Sought Synopsis no later than 2:00 PM CST on April 13, 2025. All interested companies must have an active, valid registration in the System for Award Management (SAM) database to be eligible for award of Government contracts. To obtain information on how to register, visit the following website: https://www.sam.gov. Responses shall be provided using the attachment Capabilities Survey. All surveys are to be submitted via email to Contract Specialists: Sharon.d.kindall@usace.army.mil and Marcus.d.mitchell@usace.army.mil. Reference document number W9127S-25-R-6025 in all correspondence. The Method of Contractor Selection has not been determined at this Time

Conceptual

Military

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
32
Active Projects
21
Bidding Soon
234
All Active Projects
85
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

October 13, 2025

img_map_placeholder

Multiple Locations, Little Rock, AR

Related To This Project


Unlock Efficiency: The Future of Commercial Construction is Data-Driven

Access Now

Get the right
data with Project Intelligence

Share with your network.

RFP - Indefinite Delivery Multiple Award Task Order Contract (MATOC), Defense Health Agency (DHA) Medical Treatment Facility

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.