Search Contract Opportunities

Solicitation W912DY25R0003 Initial Outfitting and Transition (IOT) Program Facilities Support Services IV IDIQ MATOC   3

ID: W912DY25R0003 • Type: Solicitation
Question & Answer 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

The Initial Outfitting and Transition (IOT) program supports military healthcare construction/renewal projects through the acquisition of services that provide for the transitioning of staff and/or patients and healthcare programs, as well as the equipping of facilities to ensure that when fully operational, services can meet and support the mission of the Military Health System (MHS) in support of Defense Health Agency (DHA).The objective of IOT Facilities Support Services (FSS) IV is to provide new healthcare facilities, dental facilities, and medical research laboratory construction and renovation projects at diverse locations within the Contiguous United States (CONUS), to include Alaska, Hawaii, and its outlying areas and foreign locations to include Belgium, Cuba (Guantanamo Bay), Germany, Japan, Netherlands, Poland, Qatar, Republic of Djibouti, Republic of Korea, and United Kingdom. Other foreign jurisdictions outside the Contiguous United States may be added to the geographic scope of the base MATOC if deemed appropriate after analysis of relevant statutes and regulations, including the Competition in Contracting Act and approval of a FAR 6, ?Competition Requirements? Justification and Approval for an out-of-scope change if appropriate, and analysis of international agreement terms between the United States and the respective foreign jurisdiction. The services for DHA include, but are not limited to, providing MHS compatible comprehensive project management, comprehensive interior design development, comprehensive equipment planning; equipment purchasing; transition and relocation planning; receipt, storage, and warehousing of new and existing equipment; installation, technical inspection, and training for equipment/systems; and final turnover, close-out, and post-occupancy evaluations for identified construction projects. Work associated with the requirements of the contract will be performed in compliance with building codes that are determined applicable at the point of design and/or construction. Requirements associated with Base Realignment and Closure, Grow the Army, Host Nation Construction, and Medical Military Construction as well as Sustainment, Restoration, and Modernization requirements continue to generate new healthcare facility and medical research laboratory construction and renovation projects. These new projects require varying degrees of IOT services in order to ensure facilities are fully capable and successful. There are no Architect/Engineering (A/E), construction, or personal services in this acquisition.
Background
The Initial Outfitting and Transition (IOT) program is designed to support military healthcare construction and renewal projects by acquiring services that facilitate the transition of staff, patients, and healthcare programs, as well as equipping facilities to ensure operational readiness.

The contract is issued by the Defense Health Agency (DHA) with a focus on meeting the mission of the Military Health System (MHS). The goal of the IOT Facilities Support Services (FSS) IV is to provide comprehensive project management and support for new healthcare facilities, dental facilities, and medical research laboratories across various locations in the Contiguous United States (CONUS) and select foreign locations.

Work Details
The contractor will be responsible for a range of services including:
- comprehensive project management;
- interior design development;
- equipment planning and purchasing;
- transition and relocation planning;
- receipt, storage, warehousing of equipment;
- installation, technical inspection, training for equipment/systems;
- final turnover, close-out, and post-occupancy evaluations.

The work must comply with applicable building codes and address requirements related to Base Realignment and Closure (BRAC), Grow the Army (GTA), Host Nation Construction, Medical Military Construction (MILCON), and Sustainment, Restoration, and Modernization (SRM). Additionally, the contractor must maintain quality control through a Corporate Quality Control Plan (QCP) that adheres to industry standards.

Period of Performance
The period of performance for this contract is 36 months from the date of contract award for the base period. There are options for additional periods extending up to 24 months each.

Place of Performance
Work will be performed at diverse locations within the Contiguous United States (including Alaska and Hawaii) as well as foreign locations such as Belgium, Cuba (Guantanamo Bay), Germany, Japan, Netherlands, Poland, Qatar, Republic of Djibouti, Republic of Korea, and United Kingdom.

Overview

Response Deadline
April 30, 2025, 10:00 a.m. EDT Past Due
Posted
March 26, 2025, 1:27 p.m. EDT (updated: March 26, 2025, 4:09 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$20 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 3/26/25 Engineering Support Center Huntsville issued Solicitation W912DY25R0003 for Solicitation W912DY25R0003 Initial Outfitting and Transition (IOT) Program Facilities Support Services IV IDIQ MATOC due 4/30/25. The opportunity was issued full & open with NAICS 541614 and PSC R706.
Primary Contact
Name
Sharleene Davidson   Profile
Phone
(256) 895-2553

Secondary Contact

Name
Kijafa Johnson-Cooper   Profile
Phone
(256) 895-1614

Documents

Posted documents for Solicitation W912DY25R0003

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation W912DY25R0003

Incumbent or Similar Awards

Contracts Similar to Solicitation W912DY25R0003

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912DY25R0003

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912DY25R0003

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 26, 2025
Last Updated By
sharleene.d.davidson@usace.army.mil
Archive Date
March 26, 2026