Y--P114 MEDICAL CENTER ADDITION/ALTERATION (MCAA) AT NAVAL SUPPORT ACTIVITY BETHESDA
ID: N4008015R5342Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM WASHINGTONWASHINGTON NAVY YARD, DC, 20374-5018, USA

PSC

CONSTRUCT OF STRUCTURES/FACILITIES (Y)
Timeline
  1. 1
    Posted Aug 23, 2016, 8:20 PM UTC
  2. 2
    Updated May 19, 2017, 3:03 PM UTC
  3. 3
    Due Not available
Description

Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is procuring various items for the P114 MEDICAL CENTER ADDITION/ALTERATION at WALTER REED NATIONAL MILTIARY MEDICAL CENTER (WRNMMC). The items include a Distributed Antenna System (DAS) by Comm Scope, a Fire Alarm System by Honeywell and Notifier, an Internet Protocol Television (IPTV) by VBrick, Key Locks by Medeco Keymark X4, MRI Equipment by GE Healthcare, a Nurse Call System by Hill-Rom Navi-Care Nurse Call, a Pneumatic Tubes System by Pevco Systems International, Radio Paging by TOA Electronics, Surgical Lights by Marquet and Storz, Security Components by Lenel, Inovonics, United Security Products, and Stanley Security Solutions. These items are typically used for enhancing communication, security, and medical procedures at the medical center.

Point(s) of Contact
LINDSAY NAILL 202-685-3192
Files
No associated files provided.
Lifecycle
Title
Type
Similar Opportunities
Radiological Medical Equipment Parts at NMC Portsmouth and MTFs
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of radiological medical equipment parts at the Naval Medical Center (NMC) in Portsmouth, Virginia. This solicitation, identified as RFQ HT940625Q0010, includes specific items such as brake levers, a CXDI-50G powerbox, detector side covers, sensor cables, and a 19" color monitor, which are essential for maintaining operational readiness in medical facilities. Vendors are required to submit their proposals using the SF1449 form, ensuring that all costs, including shipping, are reflected, with a focus on new product offers and compliance with federal acquisition standards. Proposals are due by April 28, 2025, with delivery expected by May 30, 2025, and interested parties can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further information.
Xray System
Buyer not available
The Department of Defense, through the Naval Medical Research Center, is soliciting quotes for the procurement of a HI-SCAN 6040C X-Ray Inspection System, with a firm fixed-price contract to be awarded based on the lowest price technically acceptable. The contract requires the contractor to provide all necessary engineering, labor, materials, and equipment for the installation of the new X-ray machine, which must meet specific technical specifications, including a 160kV generator and advanced imaging functions, while also ensuring compliance with local, state, and federal regulations. This procurement is critical for maintaining operational efficiency and safety standards within the facility, emphasizing the importance of timely installation and ongoing maintenance, including a five-year warranty and annual checks. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Deborah Sharpe or Steph Gray via their provided email addresses, with the solicitation effective from April 25, 2025, and delivery required by May 2, 2025.
Notice- Brand Name Justifications for BAMC - W9127824R0122
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking to justify the use of brand name specifications for the operation and maintenance contract at Brooke Army Medical Center (BAMC) in Texas. The procurement specifically involves the Johnson Controls, Incorporated (JCI) METASYS Energy Management and Control Systems and the Simplex Fire Alarm Control Panel (FACP), both of which are critical for maintaining the operational integrity and safety of BAMC, a vital Level I Trauma Center. The justification for these brand-specific acquisitions is based on the proprietary nature of the systems, which necessitates specialized maintenance and integration with existing infrastructure, ensuring compliance and safeguarding patient well-being. Interested parties can reach out to LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil for further information.
Notice of Intent to acquire OptiTrack Motion Capture System
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for the acquisition of an OptiTrack Visual Motion Capture System with Active Tracking, specifically for the Orthopedics & Podiatry Department at the Walter Reed National Military Medical Center (WRNMMC). This procurement is critical for enhancing motion capture capabilities in medical assessments and treatments, thereby supporting the healthcare services provided to military personnel. The contract will be awarded under the authority permitting “Other than full and Open Competition” as outlined in FAR 13.106-1(b)(1), with interested parties encouraged to express their capabilities by April 30, 2025, via email to Kendall Spann at kendall.j.spann.civ@health.mil. No competitive proposals will be solicited, and all submissions should be at no cost to the Government.
Notice of Intent to Award a Sole Source
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract for the procurement of six Cook Doppler Blood Flow Monitors on behalf of the Walter Reed National Military Medical Center (WRNMMC). This procurement is critical for enhancing medical capabilities within the facility, as these monitors are essential for assessing blood flow in patients. The contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have until April 30, 2025, at 12:00 PM ET to express their interest and capability by emailing Marty Wallace at marten.d.wallace.ctr@health.mil. Please note that this notice does not constitute a request for proposals or quotations, and no telephone inquiries will be accepted.
Z--Fire Alarm Mass Notification for Buildings 400, 3212A, 112 and 160.
Buyer not available
The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, is seeking a Fire Alarm Mass Notification system for Buildings 400, 3212A, 112, and 160 at Naval Station Great Lakes, IL. This project is being awarded as an 8(a) Sole Source Award. The system will be used for fire alarm and mass notification purposes.
Patient Security System
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified small businesses for the installation of a Patient Security System (PSS) at Naval Hospital Jacksonville, Florida. The objective is to replace the existing PSS with a new system designed to prevent infant abduction, which includes robust monitoring features, waterproof infant monitoring bands, alarms for security breaches, and a fail-secure operation mode. This procurement is critical for enhancing safety measures within healthcare facilities, ensuring secure access to sensitive areas, and maintaining patient care environments. Interested vendors must submit their quotations by 10:00 AM Eastern Time on April 28, 2025, and can direct inquiries to Heather Clipson at Heather.y.clipson.civ@health.mil or Carrie Gaither at carrie.e.gaither.civ@health.mil.
Z--Building 81H Fire Alarm Mass Notification System
Buyer not available
The Department of Defense, specifically the Department of the Navy, has issued a Combined Synopsis/Solicitation notice for the procurement of a Fire Alarm Mass Notification System for Building 81H. This system will be installed at Naval Station Great Lakes, IL. The notice indicates that a Sole Source Award will be given to Dawson Federal, Inc. for this project.
RCS MOD REPEATER AS
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of the RCS MOD REPEATER AS through NAVSUP Weapon Systems Support Mechanicsburg. This opportunity requires the manufacture and supply of specific radio and television communication equipment, adhering to strict quality assurance and inspection standards, including MIL-STD packaging and government source inspection. The contract will be awarded on a Firm-Fixed Price basis, and interested vendors must provide detailed quotes, including pricing, delivery timelines, and proof of authorization as a distributor for the items offered. For further inquiries, potential bidders can contact Darian Holley at 717-605-1339 or via email at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL.
BPA Master Optical Surgical Instruments
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source Blanket Purchase Agreement to Alcon Vision, LLC for the procurement of Surgical Optical Equipment reagents necessary for the Centurion System at Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is justified under FAR 6.302-1, which allows for contracts when there is only one responsible source capable of fulfilling the agency's requirements, as Alcon Vision, LLC is the sole manufacturer of the Optical Centurion System. The reagents are critical for the operation of the Centurion System, ensuring that the medical center has access to essential supplies for surgical procedures. Interested parties capable of providing the requested reagents may submit their capabilities and price lists by 10:00 AM EST on May 2, 2025, via email to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.