Switchboard Operator Services & Call Center
ID: HT001425R0015Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Telemarketing Bureaus and Other Contact Centers (561422)

PSC

CLERICAL MEDICAL SUPPORT (Q802)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Switchboard Operator Services and Call Center Support at the Walter Reed National Military Medical Center (WRNMMC). The contractor will be responsible for providing continuous 24/7 telephone operator services, including directory assistance and paging services, with a focus on maintaining high service levels and compliance with federal regulations. This contract is crucial for ensuring effective communication within the military healthcare environment, supporting operational readiness for service members and their families. Interested vendors must submit their proposals by March 7, 2025, and can direct inquiries to Michelle Priester at michelle.c.priester.civ@health.mil or Miriam Railey at miriam.t.railey.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The solicitation HT001425R0015 outlines a requirement from the Defense Health Agency Contracting Activity to procure hospital telephone switchboard operator and call center services for the Walter Reed National Military Medical Center. This task order aims to enhance telecommunication services within the healthcare facility. Proposals must comply with specific instructions, including submission of past performance summaries and pricing data via email by the deadline of March 7, 2025. The evaluation criteria prioritize past performance over price, with factors like service quality, timeliness, and customer satisfaction being assessed. Offerors are required to submit up to three relevant past performance summaries demonstrating experience similar to the requirements, with the recent and relevant performance being heavily weighted. The document emphasizes the importance of clear and compliant proposals, stating that extraneous information may lead to disqualification. Ultimately, the selection will favor vendors with the highest confidence rating based on their past performance, hence ensuring the government secures a contract that offers the best value.
    The document outlines the Performance Work Statement (PWS) for a contract to provide Hospital Telephone Switchboard Operator and Call Center Support Services at Walter Reed National Military Medical Center (WRNMMC). The contractor will deliver comprehensive telephone operator services, ensuring 24/7 coverage, with key performance standards established for average wait times and call handling. Specific responsibilities include directory assistance, paging services for medical staff, and maintaining effective communication pipelines with other departments. The contractor is to ensure compliance with federal regulations, including the Rehabilitation Act, while maintaining high service levels, achieving an uptime target of 99.99%. Staffing requirements specify relevant qualifications, such as experience in medical scheduling, with personnel needing security clearances. The contract period is from April 2025 to September 2026, with a structured transition plan for incoming and outgoing contractors. The PWS includes stringent quality assurance measures, outlining expected performance metrics and inspection protocols to ensure service delivery aligns with governmental standards. Overall, this PWS establishes the guidelines and performance expectations for delivering essential telecommunication services within the military healthcare environment, reinforcing operational readiness and quality care for service members and their families.
    The document outlines the requirements for submitting Past Performance Summaries (PPS) as part of a vendor's response to a federal solicitation. Vendors must provide up to three relevant PPSs that detail their past work within the last 36 months, focusing on contracts similar in scope and magnitude to the current solicitation. Each PPS must include specific information such as the contracting activity name, contract number, type of work, contract value, performance period, and contact details for relevant personnel. Vendors are also encouraged to include information on any issues faced during performance and actions taken to resolve them. If a vendor lacks recent past performance history, an affirmative statement must be included. This document serves to ensure vendors demonstrate capability and reliability through past experiences when responding to government RFPs, grants, and contracts.
    The document outlines a Request for Proposals (RFP) for Hospital Telephone Switchboard Operator Services at the Walter Reed National Military Medical Center (WRNMMC). The contractor is mandated to provide these services continuously, 24/7, over a five-year period, with specified options for renewal. The RFP includes crucial details such as the submission deadline of March 14, 2025, and contact information for inquiries. It emphasizes requirements for compliance with certain Federal Acquisition Regulations (FAR) clauses, including those related to small business certifications, telecommunications equipment, and ethical requirements in federal contracting. Additionally, the document specifies the total award amount for government use, the need for offerors to complete various blocks related to their business size, and any representations regarding telecommunications equipment. It also outlines terms for delivery, inspection, and acceptance, providing a structured approach for evaluating bidders based on past performance and price. The importance of adhering to government regulations and properly representing the business structure is underlined throughout, illustrating the procedural framework for federal contracts. This RFP highlights the government's ongoing effort to secure reliable services while ensuring compliance with regulations and fostering small business participation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Remote Health Readiness Program 4 (RHRP-4)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), which aims to provide comprehensive medical and dental readiness services to military personnel, including both active duty and reserve components. The contract, valued at up to $1.61 billion, will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract over a ten-year period, encompassing a transition phase followed by a base period and nine optional years of performance. This initiative is crucial for maintaining the health and operational readiness of service members, ensuring they receive necessary assessments and treatments across various modalities, including in-clinic and virtual care. Interested contractors should contact Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the solicitation process.
    Remote Health Readiness Program 4 (RHRP-4)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at enhancing the health readiness of military personnel. This procurement focuses on medical evaluation and screening services, specifically within the realm of mental health, as indicated by the NAICS code 621112. The services are critical for ensuring the well-being of service members and maintaining operational readiness. Interested vendors can reach out to Nakaura C Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the presolicitation notice.
    Telemaintenance Demo
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a Telemaintenance Demo project based in Frederick, Maryland. This initiative aims to explore and demonstrate telemaintenance capabilities that can enhance the efficiency and effectiveness of healthcare services within the military context. The successful implementation of this project is crucial for improving remote maintenance support and ensuring operational readiness of medical equipment. Interested parties can reach out to Steve Burrows at judson.s.burrows.civ@health.mil or call 301-619-8538 for further details regarding the procurement process.
    Z2DA--512A5-22-704 - EHRM INSTALLATION OF NEXTGEN WIFI - SITE PREP PHASE (VA-25-00033391)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the EHRM NextGen WiFi installation project at the VA Maryland Health Care System, specifically at the Perry Point Campus. The project entails the installation of 74 Wireless Access Points (WAPs), approximately 6,700 linear feet of CAT 6A cabling, and 3,500 linear feet of metallic conduit, along with necessary infrastructure to ensure operational WiFi functionality. This initiative is crucial for enhancing healthcare services by modernizing the facility's telecommunications infrastructure while ensuring compliance with safety and security regulations. Interested contractors, particularly service-disabled veteran-owned businesses, must submit their proposals by the specified deadlines, with a mandatory site visit scheduled for March 13, 2025, and the contract duration set for 180 days from the notice to proceed. For further inquiries, contact Contract Officer Dirk A Webb at Dirk.Webb@va.gov.
    PROVIDE, INSTALL, AND MAINTAIN UNPROTECTED TRANSPARENT CHANNELIZED OC-3 (155.52MB) LEASE BETWEEN ARLINGTON HALL STATION 1; 122, 2ND FLOOR; 111 SOUTH GEORGE MASON DR, ARLINGTON, VA 22204, AND PENTAGON, ROOM BC771, 6607 ARMY PENTAGON, WASHINGTON DC 20310.
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of an unprotected transparent channelized OC-3 (155.52 Mbps) lease between Arlington Hall Station in Arlington, VA, and the Pentagon in Washington, DC. The procurement aims to enhance secure telecommunications capabilities, requiring compliance with specific technical standards, including operational uptime of 99.5% or better and a one-hour response time for repairs. This opportunity is critical for ensuring reliable communication infrastructure for government operations. Interested contractors must submit their detailed quotes by March 27, 2025, and can direct inquiries to Kendal Richter at Kendal.k.richter.civ@mail.mil or Kevin Knowles at kevin.l.knowles4.civ@mail.mil for further clarification.
    Maintenance and Repair Serivices of Aria Oncology Systems
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for maintenance and repair services of the ARIA Oncology Information System at Madigan Army Medical Center. The contract, which spans from March 15, 2025, to November 14, 2028, requires the contractor to ensure the system operates according to OEM specifications, including the timely installation of mandatory modifications without additional charges. This service is critical for maintaining high standards of care within the Military Health System, particularly for oncology services. Interested parties should contact Cindy Means at cindy.j.means.civ@health.mil or Scott Barr at scott.a.barr.civ@health.mil for further details.
    Biomedical Research Application Evaluation and Support Services (BRAES)
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for Biomedical Research Application Evaluation and Support Services (BRAES) to enhance the management of biomedical research applications under the Congressionally Directed Medical Research Programs (CDMRP). The procurement aims to provide comprehensive evaluation services, including compliance reviews, peer review management, and technical support, utilizing advanced systems for application submission and data management. This initiative is crucial for ensuring effective oversight and innovation in biomedical research, particularly for military personnel and the general public. Interested parties can contact Deanna Moose at deanna.s.moose.civ@health.mil or Jeanette Wolfe at jeanette.m.wolfe.civ@health.mil for further details, with proposals due as specified in the attached documents.
    Department of Defense Pharmacy Uniform Formulary Blanket Purchase Agreement/Uniform Formulary Additional Discount Program
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Request for Quotation (RFQ) for pharmaceutical agents to be included in the Uniform Formulary under the TRICARE pharmacy benefit. This procurement aims to evaluate the clinical and cost-effectiveness of medications, allowing manufacturers to submit quotes for both the Uniform Formulary Blanket Purchase Agreement (UF BPA) and the Uniform Formulary Additional Discount Program (UF ADP). The selected pharmaceutical agents will be utilized in Military Treatment Facilities (MTFs) and the TRICARE retail network, emphasizing the importance of providing effective healthcare solutions while managing costs. Interested manufacturers must submit their quotes by March 20, 2025, and can direct inquiries to Stephanie Erpelding at stephanie.j.erpelding.civ@health.mil or Tracy Banks at tracy.e.banks2.civ@health.mil.
    58--TELEPHONE SET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of telephone sets under a Combined Synopsis/Solicitation notice. This opportunity is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) as part of the FAR 19.15 program, emphasizing the government's commitment to supporting diverse business participation. The telephone sets are crucial for communication within military operations, ensuring reliable connectivity for personnel. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's DIBBS portal.
    RTI SWM
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for software and support services related to RTI Connext DDS Professional subscriptions. The procurement includes a developer subscription license and a basic support subscription, both intended for a one-year term from April 7, 2025, to April 6, 2026, emphasizing compliance with federal procurement regulations and commercial supplier agreements. This opportunity highlights the government's commitment to acquiring commercial software solutions while promoting small business participation, including set-asides for service-disabled veteran-owned and economically disadvantaged women-owned small businesses. Interested vendors should submit their proposals electronically and can contact Marica Rennie at marcia.m.rennie.civ@us.navy.mil or by phone at 540-742-5921 for further information.