Notice of Intent to Sole Source FireWorks Server Replacement for Naval Hospital Bremerton
ID: HT941025N0044Type: Special Notice
Overview

Buyer

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

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract for the replacement of the FireWorks Server at Naval Hospital Bremerton, Washington. This procurement aims to address the critical failure of the existing fire alarm monitoring system, which poses significant safety risks, by upgrading to a fully functional system and enhancing the fire alarm workstation. The selected vendor, Performance Systems Integration, LLC, is uniquely qualified to provide the necessary equipment and software due to its specialized compatibility with the current alarm system, following unsuccessful attempts to solicit quotes from other distributors. Interested vendors may challenge this sole source determination by submitting capability statements by March 4, 2025, with the delivery date for the new system set for August 31, 2025. For further inquiries, contact Jennifer Collins at jennifer.e.collins23.civ@health.mil or CHA-ON Gordon at cha-on.p.gordon2.civ@health.mil.

    Files
    Title
    Posted
    The Defense Health Agency Contracting Activity (DHACA) plans to award a sole source contract to Performance Systems Integration, LLC for the procurement of a replacement FireWorks Server at Naval Hospital Bremerton. This decision follows the critical failure of the existing fire alarm monitoring system, posing significant safety risks. Performance Systems Integration is currently the only vendor capable of delivering the required equipment and software due to its specialized compatibility with the existing alarm system. Attempts to solicit quotes from the second authorized distributor, Convergint Technologies, yielded no response, confirming they are not accepting government contracts. The proposed acquisition adheres to FAR guidelines for sole source procurement. The delivery date for the new system is set for August 31, 2025. Vendors interested in challenging this sole source determination may submit capability statements by March 4, 2025, but inquiries without proposals will not be considered. This notice underscores the urgency of the required procurement given the operational hazards at the facility.
    Naval Hospital Bremerton, Washington, seeks services for upgrading its fire safety systems as detailed in the Statement of Work. The primary objective is to replace the failing E85006-0068 fireworks server with a fully functional system and to upgrade the existing fire alarm workstation to a new PC equipped with necessary peripherals and Windows 10. The scope of work encompasses backing up the full system, installing Fireworks software on the new PC, creating a new shared file and SQL certificates, and modifying the necessary repair strings. Vendors are required to complete these upgrades within 90 days of award, at the designated location in Bremerton. Additionally, all vendors must hold Edwards certification to qualify for the project, ensuring the compatibility and reliability of the upgraded equipment. This initiative reflects the hospital's commitment to maintaining effective healthcare support for military personnel and their families through improved safety technology.
    Similar Opportunities
    Intent to Sole Source for Alarm Wiring and Keypad Relocation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to sole source a contract for alarm wiring and keypad relocation services at a facility in North Lakewood, Washington. The procurement requires contractors to adhere to strict protocols regarding work scheduling, access management, and security measures, including the maintenance of an updated employee listing and compliance with an approved Construction Site Security Plan. This opportunity is crucial for ensuring the effective installation and management of security systems, which are vital for maintaining safety and regulatory compliance at military installations. Interested contractors can reach out to Gabriel Jones at gabriel.jones.16@us.af.mil or Richard White at richard.white.44@us.af.mil for further details.
    Fire Station Alerting System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking small businesses to provide a Fire Station Alerting System at Fairchild Air Force Base in North Lakewood, Washington. The project involves the design, delivery, installation, and training for a modern alerting system to replace outdated infrastructure at two fire stations, ensuring compliance with operational requirements and enhancing emergency response capabilities. This procurement is crucial for maintaining operational readiness and effective communication within the fire services, with a firm-fixed-price contract anticipated. Interested vendors must submit their quotes by March 6, 2025, and can contact Brandon Teague at brandon.teague.1@us.af.mil or 509-247-3488 for further information.
    Notice of Intent To Sole Source Full Service & Maintenance Contract for (2) Government Owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for full service and maintenance of two Government-owned Gaumard Manikins Advanced Pediatric HAL Simulator Equipment at Naval Hospital Camp Pendleton in California. The contract aims to ensure the proper functioning and maintenance of these specialized simulators, which are critical for training medical personnel in pediatric care. Gaumard Scientific Co, Inc. is the only approved service provider capable of performing the necessary maintenance due to the proprietary nature of the equipment, and the contract will span a base period plus four one-year options, totaling five years if all options are exercised. Interested vendors may submit capability statements to the primary contact, Mimi Kalua Pollard-Hueitt, at mildred.k.pollard-hueitt.civ@health.mil, by 10:00 a.m. Pacific Time on November 25, 2024, to challenge the sole source determination.
    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.
    LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.
    INTENT TO SOLE SOURCE - CAREFUSION for Pyxis rental with full support
    Buyer not available
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to negotiate a sole source contract with CareFusion Solutions for Pyxis rental with full support. Pyxis is a drug automated distribution system that controls the availability, access distribution, and patient safety. The contract will be in effect from the date of award to March 31, 2025. This is a non-competitive procurement based on exclusive licensing agreement. Other potential sources may submit a capability statement by July 24th, 2024.
    NOTICE OF INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Special Notice regarding its intent to sole source a procurement opportunity for medical, dental, and hospital equipment and supplies. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 423450, which pertains to medical and surgical instruments, equipment, and supplies. The goods and services sought are critical for supporting healthcare operations, particularly in military settings, and will be performed in Bethesda, Maryland. Interested parties can reach out to Edgar DuChemin at edgar.r.duchemin.civ@health.mil or call 703-275-6348 for further details.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Notice of Intent for Mircom FlexNet Fire Alarm Control Panel
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W2SD Endist New England office, has issued a Special Notice regarding its intent to procure the Mircom FlexNet Fire Alarm Control Panel. This procurement aims to enhance fire safety systems, which are critical for ensuring the protection of personnel and property in military installations. The Mircom FlexNet system is known for its reliability and advanced features, making it a vital component in modern fire alarm management. Interested vendors can reach out to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or call 978-318-8671 for further details, or contact Tyler Maryak at tyler.s.maryak@usace.army.mil or 978-318-8049 for additional inquiries.
    Intent to Sole Source No. 5 HPAC Assessment/Repairs
    Buyer not available
    The Department of Defense, specifically the Puget Sound Naval Shipyard, is seeking contractors for the assessment and repair of High Pressure Air Compressor (HPAC) No. 5, as outlined in a Special Notice. The project requires troubleshooting, repairing, and restoring the compressor to Original Equipment Manufacturer (OEM) standards, with a focus on addressing water visibility issues in its cylinder. This work is critical for maintaining operational standards and safety on naval vessels, particularly given the proximity to sensitive nuclear propulsion information. The period of performance is from March 3, 2025, to September 30, 2025, and interested contractors should contact Brianna Webb at brianna.l.webb3.civ@us.navy.mil or 360-979-9683 for further details.