Initial Outfitting And Transition Facilities Support Services IV (I&OT)(FSS)

The Department of the Army, U.S. Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC) has a requirement for Initial Outfitting and Transition (IO&T) Facilities Support Services (FSS) IV for various new healthcare facilities, dental facilities, and medical research laboratory construction and renovation projects.

Solicitation Summary

The Department of the Army, U.S. Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC) has a requirement for Initial Outfitting and Transition (IO&T) Facilities Support Services (FSS) IV for various new healthcare facilities, dental facilities, and medical research laboratory construction and renovation projects.

Solicitation in a Nutshell

Item

Details

Agency The Department of the Army, U.S. Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC)
Solicitation Number W912DY23RIOT4
Status Pre-RFP
Solicitation Date 03/2025 (Estimate)
Award Date 06/2026 (Estimate)
Contract Ceiling Value $371,000,000.00
Solicitation Number W912DY23RIOT4
Competition Type Undetermined
Type of Award IDIQ – Agency Specific
Primary Requirement Administrative, Logistics & Management
Duration 36 month(s) base plus 2 x 24 month(s) option(s)
Contract Type Multiple Award Task Order Contracts (MATOC)
No. of Expected Awards Multiple – Number Unknown
NAICS Code(s):
541614

Process, Physical Distribution and Logistics Consulting Services
Size Standard: $20.0 million annual receipts

Place of Performance:
  • United States
Opportunity Website: https://sam.gov/opp/d93aa537c819476dab0df112cd8e3160/view

Background

Requirements

  • The objective of this requirement is to provide 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). The services 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
  • The work will require the Contractor to have a current capability to respond to multiple requests for work at diverse locations within the Contiguous United States (CONUS) to include Alaska, Hawaii and it’s outlying areas, and Outside the Contiguous United States (OCONUS) to include Belgium, Germany, Guantanamo Bay, Italy, Japan, Netherlands, Poland, Republic of Djibouti, Republic of Korea, and United Kingdom as described in FAR 2.101

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.