Search Contract Opportunities

Medical Facility Support Services (MFSS) IIIa   15

ID: W912DY22R0012 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is NOT A REQUEST FOR PROPOSAL. It is anticipated that a solicitation will be issued on or about 8 March 2023.

The United States Army Corps of Engineers (USACE), Huntsville Engineering and Support Center intends to solicit proposals for the Medical Facilities Support Services (MFSS) program in support of Defense Health Agency (DHA). This pre-solicitation notice is posted to publicize the Government's intent to issue a solicitation using Small Business Set-Aside. The period of performance is anticipated to be 84 months, which will consist of a base ordering period of 36 months and two (2), 24 months optional ordering periods. The proposed total shared capacity amongst all awardees for the Multiple Award Task Order Contract (MATOC) is anticipated at $840 Million. Task orders awarded will be firm-fixed-price and may include options. The North American Industry Classification System code is 561210, Facilities Support Services; and Small Business Size Standard is $47M.

In Accordance With (IAW) Federal Acquisition Regulation (FAR) 15.304(c)(1)(ii), the Government intends to award a MATOC resulting from the solicitation to each and all qualifying Offerors. A qualifying Offeror is an Offeror that is determined to be a responsible source, submits a technically acceptable proposal that conforms to the requirements of the solicitation, and the Contracting Officer has no reason to believe they would be likely to offer other than fair and reasonable pricing. The Government intends to make awards(s) without discussions; however, the Government reserves the right to hold discussions if necessary IAW FAR 15.306. The Government reserves the right to make staggered awards. Later awarded contracts will have an initial period of performance that will be less than the full base period in duration and will end on the same date as all other Offerors which receive a base MATOC award. Option periods will be the same for all awardees. The Government will not award a contract to an Offeror whose proposal contains a deficiency, as defined in FAR 15.001. A more detailed description of the acquisition strategy will be provided in the solicitation documents.

The solicitation will be issued in electronic format only. Paper copies of the solicitation will not be available. Offerors can follow the solicitation by signing into https://SAM.gov and search by solicitation number, W912DY22R0012. It is the Offerors responsibility to check https://SAM.gov for any posted amendments to this solicitation.

DESCRIPTION OF WORK.

The purpose of this contract is to provide performance-based medical facilities support at U.S. Government medical (with limited related non-medical) facilities in the Continental United States to include Alaska, Hawaii, U.S. territories. The MFSS IIIa acquisition will be administered under the medical Project Support Services (PSS) program. Typical non-personal services provided are medically related project and program support including general project support services, support of facility Operation and Maintenance, facility support services, project development services, quantity verification and analysis services, commissioning, occupancy support services, and facilities system support in support of the DHA.

Note that there are no Architect/Engineering, direct facility maintenance (e.g., equipment servicing and repair), janitorial services, or construction obtained in this MFSS acquisition.

The objective is to provide services for the DHA to include: facilities management support; staff training and consultation; program/project management support; technical coordination support; project development scheduling support; management and tracking of facility operation & maintenance; facility planning; transition planning; project tracking; submittal review and contractor request for information coordination; construction quality management support using the USACE Quality Assurance procedures as identified in Engineering Regulation 1180-1-6 (Contracts Construction Quality Management); real property installed equipment inventories; mechanical, electrical, and plumbing system inspection and functional evaluations; space and equipment configuration support; functional operations, contingency operations, and transition operations support; joint commission statement of condition plan support; project/program preliminary scheduling and phasing support; initial and continuous facility commissioning support; facility occupancy start-up assistance, record drawings modification and updating, warrantee review and post-occupancy evaluation support; and facilities management systems database support, such as maintaining the Defense Medical Logistics Standard Support database.

Since the medical facilities will typically be in full operation, the contractor will be required to minimize interference with the daily operation of the facilities in the performance of their duties. Due to the necessity to support Government oversight, the contractor must be an expert in infection control processes and conform to the requirements of The Joint Commission Environment of Care Standards, applicable regulations (FAR, Defense Federal Acquisition Regulation Supplement, Army Federal Acquisition Regulation Supplement) and other applicable policies, to include local, state, other federal policies for work in occupied medical facilities.

Overview

Response Deadline
March 8, 2023, 11:00 a.m. EST Past Due
Posted
Feb. 21, 2023, 3:14 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
USA
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
58%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
76% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 2/21/23 Engineering Support Center Huntsville issued Presolicitation W912DY22R0012 for Medical Facility Support Services (MFSS) IIIa due 3/8/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC R499.
Primary Contact
Name
Sharleene Davidson   Profile
Phone
None

Secondary Contact

Name
LaShonda Smith   Profile
Phone
None

Documents

Posted documents for Presolicitation W912DY22R0012

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DY22R0012

Award Notifications

Agency published notification of awards for Presolicitation W912DY22R0012

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W912DY22R0012

Contract Awards

Prime contracts awarded through Presolicitation W912DY22R0012

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912DY22R0012

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DY22R0012

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DY22R0012

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > OTHER DIVISION > W2V6 USA ENG SPT CTR HUNTSVIL
FPDS Organization Code
2100-W912DY
Source Organization Code
100221637
Last Updated
March 8, 2023
Last Updated By
sharleene.davidson@usace.army.mil
Archive Date
March 8, 2023