Skip to main content

An official website of the United States government

You have 2 new alerts

Notice of Intent to Modify MFSS IIA/IIB MATOC(s) to Increase Capacity

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Dec 13, 2022 01:07 pm CST
  • Original Response Date: Dec 28, 2022 12:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 28, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:

Description

THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED.

The U.S. Army Corps of Engineers, Huntsville Center hereby provides notice of its Intent to award sole-source modifications to increase the total programmatic Multiple Award Task Order Contract (MATOC), by $85 Million from $150 Million to $235 Million (shared contract capacity), using other than full and open competition on the current Medical Facility Support Services (MFSS) IIA/IIB MATOC(s), which consists of small and large businesses, on the basis of the circumstances identified in FAR 6.302-l(a)(2)(iii)(B). The MATOC contract holders include: This sole-source increase in capacity ensures continuation of Medical Division, Medical Outfitting and Transition (MO&T) Branch, Project Support Services (PSS), Program Medical Facilities Support Services Services while the Huntsville Center prepares a solicitation for competition and award new MATOCs for use by the program. This sole-source increase in capacity ensures continuation of Medical Division, Medical Outfitting and Transition (MO&T) Branch, Project Support Services (PSS), Program Medical Facilities Support Services Services while the Huntsville Center prepares a solicitation for competition and award new MATOCs for use by the program.

            (CONUS)

            The Outfit      W912DY-21-D-0016   

            NIKA Technologies Inc.     W912DY-21-D-0017

            Vali Cooper International, LLC  W912DY-21-D-0018

            VW International Inc. W912DY-21-D-0019

            Polu Kai Services – Tidewater JV W912DY-21-D-0020 

            Health Facility Solutions Company  W912DY-21-D-0021                                                          

      (OCONUS)

            NIKA Technologies, Inc. W912DY-19-D-0004

            Tidewater, Inc.W912DY-19-D-0017

            Health Facilities Solutions Company W912DY-19-D-0018

            Bowers & Kubota Consulting Inc.W912DY-19-D-0019                                                      

The primary purpose of this requirement is to provide timely requests for Program or Project Management, Construction Quality Management and Technical Support Services in support of medical customers for Department of Defense (DoD) and other designated Federal agencies. The Contractor shall provide medical facilities service support for project management, construction quality management, operations and maintenance, and utilities support for various safety and occupational health requirements for medical facilities. Additionally, the medical facilities service support shall meet all Federal and State regulations pertaining to but not limited to; The Joint Commission (TJC), Infection Control, Asbestos, Lead Base Paint, as well as Hazardous Material and Hazardous Waste (to include medical waste). Ancillary service support for medical facilities include minor medical facility repairs, equipment procurement, installation, and maintenance projects for DoD and other designated Federal agencies. The Contractor may be required to provide program and project management, Construction Quality Management (CQM), project integration, administrative, Defense Medical Logistics Standard Support (DMLSS), and other support services related to medical specific facility requirements and regulations. Individual requirements are solicited among the selected MATOC pools for award of Firm Fixed Price task orders on the basis of fair opportunity.

 Offerors are requested to respond to this Notice of Intent with the following information, which shall not exceed 5 pages:

  1. Offeror’s name, address, point of contact, phone number, email address.
  2. Offeror’s Business Size/Status.
  3. Would you propose as a prime contractor, joint venture, or a teaming arrangement?
  4. Is your firm capable of performing multiple contracts simultaneously in various geographic locations?
  5. List the States in which you have the capacity to perform work.

Interested parties may identify their interest and capacity to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Only written responses will be considered. All responses should appear on company letterhead and include at a minimum, affirmation of active registration n the System for Award Management (SAM), the firm’s  Unique Entity ID (UEI),  and any applicable processed credentials and qualifications. All responses should indicate whether they are a large business, small business, small-disadvantaged business, 8(a) concern, women-owned small business, Hub-zone, service-disabled veteran owned small business, or qualify as socially or economically-disadvantaged, and whether they are U.S. or foreign-owned. Reponses shall be furnished electronically to the contact listed below no later than [15 days from now].

Contracting Officer – Marta L. Anerton – Marta.L.Anerton@usace.army.mil

      

       

       

       

Contact Information

Contracting Office Address

  • 300 SECURE GATEWAY KO CONTRACTING DIVISION
  • REDSTONE ARSENAL , AL 35898-0000
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Dec 28, 2022 10:56 pm CSTSpecial Notice (Original)