Material Handler Facilities Support Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Mission and Installation Contracting Command (MICC) – Fort Sam Houston is conducting a Sources Sought (W9124J-26-R-MH26) to identify qualified firms for Material Handler Facilities Support Services at Brooke Army Medical Center (BAMC). This effort seeks non-personal services for furniture setup, reconfiguration, warehousing, inventory management, and ergonomic movement. The government is particularly interested in responses from small businesses across all socioeconomic categories to evaluate potential set-aside opportunities. Responses are due by March 20, 2026.
Opportunity Details
This Sources Sought Notice is for market research purposes only and does not constitute a solicitation. The objective is to enhance the operational efficiency of BAMC's Furniture Section, aiming to reduce Furniture Work Request (FWR) completion times from 4-6 months to 2-4 months, enabling approximately 600 additional FWRs annually and reducing the existing backlog. The scope of work includes comprehensive material handling, such as receiving, processing, storing, and managing furniture items, as well as supporting ergonomic movements and general repairs. Services may require work outside regular business hours to avoid disrupting patient care. Performance standards include maintaining 80% shift fulfillment, a personnel turnover rate below 20%, and no safety injuries or violations.
Contract & Timeline
This is a follow-on requirement. The anticipated period of performance for the future contract is one base year of 12 months, four 12-month option years, and one six-month period. The anticipated North American Industry Classification (NAICS) code is 561210, Facilities Support Services, with a size standard of $47M. The previous contract (W9124J-21-C-0022) was an 8(a) set-aside valued at $1,225,342.80.
- Questions Due: March 11, 2026, by 12:00 PM CDT
- Responses Due: March 20, 2026, by 12:00 PM CDT
Submission Requirements
Interested firms are requested to provide detailed information, including:
- Identification of any conditions restricting competition and proposed alternatives.
- Firm name, point of contact, phone, email, UEI, CAGE, business size, and applicable socioeconomic categories (8(a), SDB, HUBZone, SDVOSB, WOSB).
- Interest in competing as a prime contractor, including any subcontracting, joint venture, or teaming arrangements.
- Relevant previous experience (prime or sub) on similar requirements (size, scope, complexity, timeframe).
- Information on commercial availability and pricing for the required services.
- Recommendations for structuring contract requirements to facilitate competition, especially among small businesses.
- Recommendations to improve the Army's approach/specifications/draft PWS. Responses must be submitted via email to Monica Jackson (monica.e.jackson4.civ@mail.mil) and Stephen Fuller (stephen.b.fuller4.civ@army.mil).
Important Notes
This notice is for information and planning purposes only and does not commit the U.S. Government to contract for any supply or service. No unsolicited proposals will be accepted, and the government will not pay for information submitted. Potential offerors are responsible for monitoring SAM.gov for any future solicitation.