Access Control Security Door
ID: HT941024Q2064Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency, is seeking qualified contractors to provide maintenance and repair services for an Access Control Security System at the Naval Medical Readiness and Training Center in San Diego, California. The procurement includes a base year of performance starting September 15, 2024, followed by four optional years, focusing on preventive maintenance and emergency repairs to ensure the reliable operation of critical security infrastructure. This Total Small Business Set-Aside opportunity emphasizes the importance of technical reliability and operational efficiency in healthcare settings, with a requirement for contractors to provide 24/7 technical support and adhere to industry standards. Quotations are due by September 17, 2024, and interested parties must register in the System for Award Management (SAM) and comply with specific security protocols. For further inquiries, contact Dania Suazo at dania.suazo.civ@health.mil or call 619-453-9951.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis/solicitation (RFQ No. HT941024Q2064) from the Naval Medical Center San Diego for the maintenance and repair of an Access Control Security system at the Naval Medical Readiness and Training Center in San Diego, CA. This Total Small Business Set-Aside acquisition is defined under NAICS code 561621, Facilities Support Services, with a small business size standard of $25 million. The request includes a base year performance period starting September 15, 2024, followed by four optional years, covering preventive maintenance and emergency repairs. Quotation submissions are required by September 17, 2024, and must adhere to specified provisions and clauses, emphasizing the importance of technical capability, past performance, and price evaluation. Prior registration in the System for Award Management (SAM) is mandatory. The solicitation includes compliance with security protocols under the Defense Biometric Identification System (DBIDS) and prohibits the use of certain telecommunications equipment as mandated by the John S. McCain National Defense Authorization Act. The evaluation process involves a tradeoff between price and past performance, with technical capability assessed on an acceptable/unacceptable basis. This RFQ exemplifies the government's structured approach to securing necessary services while ensuring compliance and competitive bidding.
    The document outlines a government Request for Proposal (RFP) regarding maintenance and emergency repair services for access control security doors over multiple fiscal periods, specifically for the base year and four optional subsequent years. Each period is defined with distinct item numbers, quantities, and descriptions; for example, the initial site visit and ongoing preventive maintenance services are categorized by specified time frames. The base year runs from September 15, 2024, to September 14, 2025, including three quarterly service units and one emergency repair service for security doors. Each optional year extends the contract from September 2025 until September 2029, repeating similar service requests with fewer required units over time. This RFP exemplifies a government initiative for maintaining security infrastructure, ensuring procedural safety and compliance. The focus on preventive maintenance indicates a proactive approach to facility management, suggesting the importance placed on safeguarding access control systems consistently. The outlined structure is methodical, emphasizing clarity in procurement for potential contractors seeking to fulfill these requirements. Overall, this RFP serves the government’s need to enhance and maintain critical security infrastructure systematically.
    The Statement of Work outlines the full-service maintenance requirements for the Access Control Security System at the Naval Medical Readiness and Training Center (NMRTC) in San Diego. The contractor is responsible for providing all necessary services, including labor and parts, to ensure the reliable operation of the system, which includes various components like an integrated power supply and door control panels. Preventive maintenance must be performed quarterly, with services adhering to industry standards and conducted by qualified technicians. The contractor will provide 24/7 technical support and maintain parts availability to minimize equipment downtime. The government retains ownership of the equipment, and the contractor is required to submit detailed field service reports upon completion of maintenance work. Normal service hours are from 7 AM to 4 PM, Monday through Friday, with different billing rates for after-hours and emergency work. This document is part of a federal request for proposals aimed at securing maintenance services for critical security infrastructure, reflecting the government's emphasis on technical reliability and operational efficiency in healthcare settings.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Medrad Injection and Infusion Systems Services and Maintenances
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified small businesses to provide maintenance services for ten government-owned Medrad injection and infusion systems at the Naval Medical Center San Diego. The procurement aims to ensure comprehensive service and preventive maintenance, adhering to OEM specifications and regulatory standards, with a focus on maintaining a minimum uptime rate of 95% and conducting preventive maintenance at least twice a year. This contract is crucial for the operational efficiency of medical equipment used in healthcare settings, reflecting the government's commitment to reliable medical services. Interested vendors must submit their proposals electronically by September 13, 2024, with a budget cap of $34 million for the base year, which runs from September 20, 2024, to September 19, 2025. For further inquiries, contact Dania Suazo at dania.suazo.civ@health.mil or call 619-453-9951.
    Preventative Maintenance and Emergency On-Call Services for Physical Security CCTV Platform
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole-source contract to IDEAL SYSTEM SOLUTIONS, INC. for preventative maintenance and emergency on-call services for the Physical Security CCTV Platform at the Naval Medical Center San Diego. This firm-fixed-price contract will encompass all necessary personnel, equipment, supplies, and services required to maintain and repair the security systems, with a performance period from September 30, 2024, to September 29, 2026, including both a base year and options. Interested vendors are invited to submit capability statements detailing their qualifications, with a deadline for challenges set for 1600 Pacific Standard Time on September 17, 2024. For further inquiries, vendors may contact Danielle M Zulfer at danielle.m.zulfer.civ@health.mil or Mariangela Monsalve at mariangela.j.monsalve.civ@health.mil.
    One-Time Corrective Maintenance of one (1) Acutemp Thermal Pallette Refrigeration System
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source service contract to CSafe Global for the one-time corrective maintenance of an Acutemp Thermal Pallette Refrigeration System at the Naval Medical Center San Diego (NMCSD). This contract aims to ensure the reliable operation of the refrigeration system in accordance with manufacturer specifications, following the guidelines set forth by the Federal Acquisition Regulation (FAR) for sole source procurement. The maintenance services are scheduled to take place from September 30, 2024, to October 30, 2024, with interested vendors required to submit capability statements by September 16, 2024, to the primary contact, Danielle M Zulfer, at danielle.m.zulfer.civ@health.mil. No competitive proposals will be accepted, and all inquiries must be submitted via email.
    Cable and Wiring Specialists LAN Drop Installation Services NMCSD
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Cable and Wiring Specialists to provide LAN Drop Installation Services at the Naval Medical Center San Diego (NMCSD) and its associated clinics. The contract requires contractors to supply all personnel, equipment, and materials necessary for the installation and maintenance of voice and data cables, ensuring connectivity for over 13,000 devices serving a patient population of more than 250,000 beneficiaries. This initiative is crucial for maintaining the operational readiness of military personnel and their families, with the contract period set from October 1, 2024, to September 30, 2025, and an option for an additional year. Interested parties should contact Jane Pamintuan at jane.v.pamintuan.civ@health.mil or 210-952-7084 for further details and must submit their quotes by the specified deadline.
    STRYKER MULTI-SERVICE MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is conducting a market survey to identify qualified firms capable of providing multi-service maintenance for Stryker medical equipment across various Navy installations. The procurement involves maintenance services for 26 Stryker gurneys, 11 Powerload systems, 20 Stair-PRO chairs, and 16 LUCAS3 chest compression devices, all of which must adhere to National Fire Protection Association standards and Stryker manufacturer's guidelines to ensure operational readiness and compliance. This initiative is critical for maintaining the safety and effectiveness of emergency medical services within the Navy's response framework. Interested parties should submit a Statement of Capability by September 17, 2022, to Jheanna Poblete at jheanna.u.poblete.civ@us.navy.mil, and include relevant business information and past performance details.
    INSTALLATION HIRSCH ACCESS CONTORLS IN ELEVATORS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide installation services for Hirsch Access Readers in elevator cabs at the VA San Diego Healthcare System. This procurement aims to establish a one-year, Firm-Fixed-Price contract, requiring the vendor to supply all necessary labor, supervision, equipment, parts, and transportation for the installation, with a performance period from September 30, 2024, to September 29, 2025. The project is part of a broader initiative to enhance access control systems, ensuring security and efficiency within the facility. Interested parties should note that the total award amount for this solicitation is $34 million, with a bid submission deadline of September 18, 2024. For further inquiries, vendors can contact Jasmon Cornick at jasmon.cornick@va.gov or by phone at 480-466-7924.
    MRI Coach Maintenance- Beaufort, SC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified contractors for the maintenance and repair of an MRI Coach located at the Naval Medical Readiness and Training Command in Beaufort, South Carolina. The procurement involves comprehensive services, including HVAC and chiller maintenance, preventive upkeep, and repair work, which are to be conducted quarterly and bi-annually to ensure the operational integrity of the medical equipment. This contract is critical for maintaining the functionality of essential medical services, with a fixed-price structure extending over a base year and four optional years. Quotations are due by September 17, 2024, and interested parties should contact Erin Biser at erin.l.biser.civ@health.mil or Mary Shifflett at mary.e.shifflett2.civ@health.mil for further details.
    Preservation, Hull, Mechanical, and Electrical/Electronic Repairs - VBSS 11MRX1101 and 11MRX1102
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center, is seeking small business contractors for the preservation, hull, mechanical, and electrical/electronic repairs of two Visit, Board, Search, and Seizure (VBSS) boats, identified as hull numbers 11MRX1101 and 11MRX1102, located in San Diego, California. The project requires comprehensive repairs including engine maintenance, electrical system upgrades, and compliance with OEM specifications, with work to be performed within a 125-mile radius of the 32nd Street Naval Base. This initiative is crucial for maintaining the operational readiness of the Navy's marine vessels, ensuring adherence to safety and regulatory standards throughout the repair process. Interested vendors must submit a capabilities statement by September 17, 2024, to Roxana Lopez at roxana.a.lopez2.civ@us.navy.mil, with additional contacts provided for inquiries.
    Intrusion Detection Service/Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is seeking qualified small business contractors to provide continuous monitoring and maintenance services for 33 Intrusion Detection Systems (IDS) and related alarm systems at 27 Naval Operational Support Centers in the Navy Region Southeast. The procurement aims to ensure the functionality and security of these critical systems, which include alarm notifications, inspections, and repair services, with a baseline contract value of $25,000 per performance period. This opportunity is set aside for small businesses, with a Request for Quotation (RFQ) expected to be issued around September 20, 2024, and interested parties must submit their capabilities by September 17, 2024, to the primary contact, Quentin Keaton, at quentin.l.keaton.civ@us.navy.mil.
    AUTOPSY PATHOLOGIST NAVAL MEDICAL CENTER DAN DIEGO
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified small businesses to provide autopsy pathologist services at the Naval Medical Center San Diego (NMCSD). The procurement involves non-personal services for one Autopsy Pathologist, responsible for handling hospital, fetal, and forensic autopsy cases, as well as managing administrative and quality assurance duties from September 30, 2024, to September 29, 2029. These services are critical for maintaining the laboratory's operational integrity and compliance with medical standards. Interested parties must submit their quotes electronically by 10:00 AM PDT on September 20, 2024, and can contact Jane Pamintuan at jane.v.pamintuan.civ@health.mil for further information.