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
    N62473-24-R-3210 Pre-Solicitation Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is issuing a pre-solicitation notice for a competitive contract titled N62473-24-R-3210. This opportunity involves a 100% small business set-aside for a firm-fixed price, indefinite delivery-indefinite quantity (IDIQ) base operating support contract at Naval Base Coronado, California, focusing on facilities support services. The contract is crucial for maintaining operational readiness and ensuring the effective management of facilities operations, including housekeeping services. Interested small businesses should contact Christine Roundy at christine.a.roundy.civ@us.navy.mil or 619-705-4937, or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil or 619-705-4920 for further details.
    J--Security System Maintenance
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance support services on Access Control System, Intrusion Detection and CCTV System for Center for Information Warfare (CWIT). The resulting contract will have one base year and four option years under NAICS code 561621. The RFQ should be posted on or before 17 July 2018.
    Z1DZ--556-23-107: (CON) Campus-Wide Rekeying and PACS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the Campus-Wide Rekeying and Physical Access Control Systems (PACS) project at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. The project involves upgrading access control for three domiciliary buildings and the VCS Canteen area, which includes the installation of new card readers, door hardware, and control panels, all to be completed within 180 days from the Notice to Proceed (NTP). This solicitation is a 100% set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB), and eligible bidders must be certified through the Veteran Small Business Certification database. The official solicitation will be posted on SAM.gov around September 3, 2024, and interested parties should ensure they are registered in the System for Award Management (SAM) for consideration. For further inquiries, contact Ryan McMillin at ryan.mcmillin@va.gov or Hudell Ballen at hudell.ballen@va.gov, with an estimated contract value between $1,000,000 and $2,000,000.
    J063--NIHCS Physical Access Control System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the NIHCS Physical Access Control System, as outlined in solicitation 36C25024Q1005. The procurement involves maintaining the existing physical access control system, which includes approximately 7 access points, 402 readers, and 66 controllers, while ensuring compliance with operational standards and addressing known issues. This contract is crucial for maintaining effective physical access controls within the VA facilities, with a firm fixed price structure and no budgetary information provided. Interested bidders must submit proposals by September 19, 2024, at 12:00 PM (EST), and can direct inquiries to Contracting Specialist Janel N Tate-Montgomery at janel.tate-montgomery@va.gov.
    Naval Base San Diego Base Operations Support Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest (NAVFACSYSCOM), is soliciting proposals for a Base Operations Support Contract (BOSC) at Naval Base San Diego (NBSD) and its surrounding areas in California. This total Small Business set-aside opportunity encompasses a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract that includes both recurring and non-recurring services across various operational areas such as Port Operations, Supply Services, Custodial, Pest Control, Grounds Maintenance, and Environmental Management. The services provided under this contract are vital for maintaining the operational readiness and efficiency of the naval base facilities. Interested parties can reach out to William Schreiber at william.c.schreiber2.civ@us.navy.mil or 619-705-4933, or Abigail Ferdon at abigail.c.ferdon.civ@us.navy.mil or 619-705-4935 for further details.
    J065--Pyxis Medication & Supply Dispenser Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to CareFusion Solutions, LLC for the maintenance of Pyxis Medication & Supply Dispenser systems at the James A. Haley Veterans Hospital in Tampa, Florida. This contract will encompass a one-year service agreement requiring factory-trained engineers to perform preventive maintenance, certification, and repair, as CareFusion is the exclusive authorized service provider for Pyxis equipment. The maintenance of these systems is critical for ensuring the efficient and safe dispensing of medications in a healthcare setting. Interested parties, particularly service-disabled veteran-owned and other small businesses, must demonstrate their qualifications and submit required documentation by September 23, 2024, at 3:00 PM EST to the Contract Officer, Walida Moore-Saintil, at Walida.MooreSaintil@va.gov. The NAICS code for this procurement is 811210, with a size standard of $34 million.
    Analyst Work Station MRI 3D Imaging Capable Computer
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of Analyst Workstations capable of MRI 3D imaging for use at the Walter Reed National Military Medical Center (WRNMMC). This combined synopsis/solicitation, identified as RFQ 12170037, is specifically set aside for small businesses under the NAICS code 334111, and requires detailed pricing and compliance with technical specifications for essential computer components, including a Seasonic power supply, Intel i9 processor, Nvidia RTX graphics card, and a 2TB SSD. The procurement aims to enhance medical imaging capabilities, ensuring compliance with federal regulations while supporting small business participation in government contracting. Proposals are due by September 24, 2024, and interested vendors should direct inquiries to Contract Specialist Matthew S. Tsueda at Matthew.S.Tsueda.Ctr@Health.Mil or by phone at 907-201-0308.
    USS BOXER (LHD 4) FY25 Selected Restricted Availability
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting proposals for the maintenance, modernization, and repair of the USS BOXER (LHD 4) during its FY25 Selected Restricted Availability. This procurement requires a highly capable contractor with substantial facilities and resources to manage complex ship maintenance tasks, as the work will be conducted on the West Coast of the United States. The selected contractor will be responsible for executing various repairs and alterations, ensuring compliance with safety and quality standards, and maintaining operational readiness of the naval vessel. Proposals are due by September 25, 2024, with the contract expected to be awarded around December 2024, and the work scheduled to commence in April 2025 and conclude by August 2026. Interested parties should contact LT Jourdan Jenkins at jourdan.e.jenkins.mil@us.navy.mil or Brian Romano at brian.c.romano.civ@us.navy.mil for further details and to request access to necessary attachments.
    Maintenance for fMRI software
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Nordic Neuro Lab, Inc. for maintenance services related to the existing NordicBrain software and hardware at Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement aims to ensure ongoing support and maintenance of specialized medical software and hardware that are critical for the operations of the Radiology Department at WRNMMC. The contract will be awarded under the authority permitting Other than Full and Open Competition, with interested parties required to express their capabilities by 10:00 AM EST on September 19, 2024, via email to the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.
    FY24_Common Access Card (CAC)_Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the 42nd Contracting Squadron at Maxwell Air Force Base, is soliciting quotes for a Common Access Card (CAC) Door Access System for the Air Force Judge Advocate General School. This procurement aims to enhance security measures by acquiring access control equipment, software, and installation services, with a focus on new equipment only. The contract is set aside for small businesses, and all quotes must be submitted by 10:00 AM CDT on September 23, 2024, following a site visit scheduled for September 18, 2024. Interested vendors should ensure compliance with federal acquisition regulations and can contact Lauryn Setzer or William Stallings for further information.