Naval Hospital Guam-Agana Expanded Badge Readers and Alarm Systems
ID: HT941025N0142Type: Special Notice
Overview

Buyer

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

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Defense Health Agency (DHA) intends to award a sole-source contract to G4S Security Systems (Guam), Inc. for the procurement and installation of a badge access system, duress alarm system, and bathroom panic button system at Naval Hospital Guam-Agana (NHGA). This acquisition is necessary to enhance security measures within the Mental Health Department/Crisis Stabilization Program, ensuring that the new systems are compatible with the existing WinPak security framework at the facility. The contract is set to be awarded with a delivery date of September 30, 2025, and interested vendors may submit capability statements to challenge the sole-source basis by August 28, 2025, via email to Cha-on P. Gordon at cha-on.p.gordon2.civ@health.mil. No telephone requests will be honored.

    Files
    Title
    Posted
    The Defense Health Agency Contracting Activity (DHACA) intends to award a sole-source, firm-fixed-price contract to G4S Security Systems (Guam), Inc. for the procurement and installation of a badge access system, duress alarm system, and bathroom panic button system at Naval Hospital Guam-Agana (NHGA). This acquisition, under NAICS code 561621 and PSC code 6350, is justified under FAR 13.501(a) and FAR 13.1061(b)(1)(i) because G4S Security Systems (Guam), Inc. is the only vendor capable of providing systems compatible with NHGA's existing WinPak security framework. The delivery date for the project is September 30, 2025. This notice is not a request for competitive proposals; however, interested vendors may submit a capability statement by August 28, 2025, to cha-on.p.gordon2.civ@health.mil to challenge the sole-source basis. Telephone requests will not be honored.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent to Award Sole Source to California Department of Public Health
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to the California Department of Public Health for Newborn Screening Services. This procurement is essential for supporting the Naval Medical Center San Diego, Naval Hospital Camp Pendleton, and Navy Medicine Training Center Twentynine Palms, as mandated by various legislative requirements. The contract will be a Commercial, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with the agency identifying only one responsible source that can meet its needs. Interested parties may submit bids or proposals for consideration, with inquiries directed to Jessica Medina at jessica.l.medina21.civ@health.mil by December 17, 2025, at 1600 PST. The applicable NAICS Code is 621511, with a business size standard of $41.5 million.
    Notice of Intent to Sole Source - Health Facilities Accreditation Services
    Buyer not available
    The Defense Health Agency (DHA) intends to negotiate a sole source contract with The Joint Commission for Health Facilities Accreditation Services, which will support the accreditation of various medical facilities within the Military Health System. This procurement encompasses the accreditation of at least 46 hospitals, 87 ambulatory clinics, one home health program, and 35 behavioral health clinics, with potential expansions for additional clinics. The services are critical for maintaining compliance and enhancing clinical quality improvement across DHA Medical Treatment Facilities, and interested parties may submit capability statements to the Contract Specialist, Mary Anne Young, at mary.a.young138.ctr@health.mil by December 5, 2025, at 12:00 PM EST.
    Justification and Approval for Sole Source award for Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB) Support Services.
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to award a sole source contract for support services related to the Portfolio and Resource Management Division (PRMD) Infrastructure and Service Resource Management Branch (ISRMB). This procurement aims to secure essential management support services that are critical for the effective operation and oversight of the DHA's resource management initiatives. The contract, referenced as HT001123C0069, underscores the importance of specialized support in enhancing the efficiency of defense health operations. Interested parties can reach out to Saera Khan at saera.khan.civ@health.mil or 703-681-6507, or Erwin Rivera at erwin.rivera.civ@health.mil or 703-681-4300 for further details.
    J&A for Brand Name Lenel OnGuard
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Marianas office, is seeking to procure the Lenel OnGuard security software under a Justification and Approval (J&A) for brand-name specification. This procurement is specifically for design-bid-build construction services that require the latest version of the Lenel OnGuard software, which is deemed essential for the security software system being developed. The decision to limit competition is based on the impracticality of obtaining equivalent products from other manufacturers, although a market survey is planned to explore future alternatives. Interested parties can reach out to Teresa Aguon at teresa.f.aguon.civ@us.navy.mil or Doris Castro at doris.r.castro.civ@us.navy.mil for further information regarding this opportunity.
    Notice of Intent to Sole Source - Automated Call Distribution (ACD) System at Navy Medicine Readiness and Training Command (NMRTC) Naples, IT
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract for an Automated Call Distribution (ACD) System at the Navy Medicine Readiness and Training Command (NMRTC) in Naples, Italy. This procurement aims to modernize and streamline the call management process for the NMRTC Naples Call Center, requiring capabilities such as automated call routing, integration with existing VOIP infrastructure, and compliance with HIPAA and DOD cybersecurity standards. The contract will be awarded to MCS of Tampa, Inc., unless other capable sources are identified, with capability statements due by 1600 hours EDT on December 5, 2025, submitted via email to Benjamin Reichlin at benjamin.s.reichlin.civ@health.mil.
    Radiopharmaceutical Pluvicto, Locametz, Lutathera and Netspot Injections
    Buyer not available
    The Defense Health Agency (DHA) is planning to award a sole source, firm fixed-price Blanket Purchase Agreement to Novartis Pharmaceuticals Corporation for the provision of radiopharmaceutical injections, specifically Pluvicto, Locametz, Lutathera, and Netspot, for use at the Nuclear Medicine Division of the Naval Medical Center San Diego and other Medical Treatment Facilities. These injections are critical for emergency treatments, and the contract will be executed under the NPC FSS Contract: 36F79720D0180, as Novartis is deemed the only source capable of fulfilling the government's requirements. The period of performance for this contract is set from January 5, 2026, to January 4, 2031, and while this notice does not solicit competitive proposals, interested vendors may submit capability statements by December 9, 2026, to contest the sole source determination. For further inquiries, vendors can contact CHA-ON Gordon at cha-on.p.gordon2.civ@health.mil or Tracy Robinson at tracy.m.robinson18.civ@health.mil.
    Notice of Intent to Sole Source to Guam Waterworks Authority
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Marianas, intends to award a sole-source contract to the Guam Waterworks Authority (GWA) for the provision of water and sewer services on Guam. This procurement is necessary as GWA is the only legally mandated utility provider on the island, responsible for supplying potable water and wastewater services to both civilian and military customers, including key installations such as Naval Base Guam and Andersen Air Force Base. The importance of this contract lies in GWA's unique position as the sole provider capable of meeting the water and wastewater needs of areas that cannot be fully served by Department of War utilities. Interested parties may submit inquiries regarding this notice within 14 days to the primary contact, Yun Hong, at yun.p.hong.civ@us.navy.mil.
    Pharmacy Data Warehouse
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to extend the contract for the Pharmacy Data Warehouse (PDW) managed by General Dynamics Information Technology, Inc. (GDIT) for an additional 16 months, until July 24, 2024. This bridge action is necessary to maintain the continuity of services related to the management of TRICARE pharmacy transaction data, which is critical for ensuring patient safety and supporting various analyses related to drug utilization and fraud prevention. The extension is vital to avoid disruptions that could impact the Federal Pricing Refund Program and the Military Health System's readiness tools, as well as to fulfill congressional reporting requirements. Interested parties can contact Viktoria Reed at viktoria.s.reed.civ@health.mil or call 303-676-3648 for further information.
    Housing Access & Door Locking System
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking procurement for a brand-name multi-housing access and door locking system for Unaccompanied Housing Towers A, B, and C at NAS Lemoore, California. This system has been evaluated for compliance with Department of Navy cybersecurity and CNIC Housing policies, ensuring a reliable, safe, and secure environment for residents. The procurement is critical for maintaining the security and integrity of housing facilities, which are essential for the well-being of military personnel. Interested vendors can contact Christopher Rosario at christopher.rosario@navy.mil or by phone at 619-705-4654 for further details regarding this opportunity.
    SOLE SOURCE – PHYSICAL SECURITY COMPONENTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure physical security components through a sole source justification. This procurement is categorized under miscellaneous alarm, signal, and security detection systems, indicating a focus on enhancing security measures. The goods and services sought are critical for maintaining operational security and ensuring the safety of personnel and assets. For further inquiries, interested parties can contact Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for additional details regarding this opportunity.