Notice of Intent to Upgrade AFRRI Electronic Security System
ID: USHS_NoticeOfIntent_Upgrade_AFRRI_ESSType: Special Notice
Overview

Buyer

DEPT OF DEFENSEUNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS)USUHSBETHESDA, MD, 20814-4712, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)
Timeline
    Description

    The Uniformed Services University of the Health Sciences (USUHS) intends to award a sole-source, firm-fixed-price contract to Signet Technologies, Inc. for the upgrade and installation of the Electronic Security System (ESS) at the Armed Forces Radiobiology Research Institute (AFRRI) in Bethesda, Maryland. This procurement aims to enhance the existing security infrastructure, as Signet is the original designer and installer of the system and holds proprietary rights, making them the only qualified provider for these upgrades. The initiative is crucial for maintaining operational readiness and ensuring the security of military health professionals' training environments. Interested vendors may submit proposals demonstrating their capabilities, although there is no obligation for USUHS to consider them; inquiries can be directed to Christopher White at christopher.white@usuhs.edu.

    Point(s) of Contact
    Files
    Title
    Posted
    The Uniformed Services University of the Health Sciences (USU) intends to award a sole-source contract to Signet Technologies, Inc. for upgrades and installation of the Electronic Security System (ESS) at the Armed Forces Radiobiology Research Institute (AFRRI). As the original designer and installer of this system, Signet holds proprietary rights and does not have authorized distributors for maintenance or upgrades, making them the sole suitable provider for this project. The notice invites other interested vendors to submit bids or proposals that demonstrate their capability to meet the requirement, though there is no obligation for the agency to consider them. Responses are to be submitted via email before the specified deadline. This initiative underscores USU's commitment to providing top-tier education and training for military health professionals while ensuring necessary security system updates to support their operational readiness.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sole Source Justification to AffinityCE, LLC
    Dept Of Defense
    The Uniformed Services University of the Health Sciences (USUHS) is issuing a Sole Source contract to AffinityCE, LLC for continued support and access to their custom Learning Management System (LMS) for the Medical Executive Skills Training Course (MedXellence). This procurement aims to secure comprehensive Continuing Education Management Services, including CME/CE accreditation, participant tracking, activity planning, and faculty support, which are essential for the effective delivery of medical training programs. The estimated cost for these services is $394,641.00, and the agency will continue to monitor the marketplace for future opportunities to enhance competition. Interested parties can contact Jennifer Wilsanck at jennifer.wilsnack@usuhs.edu for further information.
    Sole Source Justification to University of Maryland
    Dept Of Defense
    The Department of Defense, through the Uniformed Services University of the Health Sciences (USUHS), has awarded a sole source contract to the University of Maryland (UMD) for the housing and care of nonhuman primates during renovations at USU's vivarium. This contract involves the care of up to 13 nonhuman primates, weighing between 3 kg and 25 kg, ensuring their well-being until they can be safely returned post-renovation. The procurement underscores the importance of maintaining animal care standards in research settings, particularly during facility upgrades. For further inquiries, interested parties can contact Ashley McRae at Ashley.McRae@usuhs.edu or Lee J. Oliver at lee.oliver@usuhs.edu.
    Naval Hospital Guam-Agana Expanded Badge Readers and Alarm Systems
    Dept Of Defense
    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.
    Residency Management Suite Software and Maintenance
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to sole source the procurement of the Residency Management Suite Software and its maintenance from Qgenda, LLC. This proprietary software is essential for unifying program and resident information into a centralized data warehouse, facilitating compliance with Accreditation Council Graduate Medical Education (ACGME) requirements for 36 Graduate Medical Education (GME) and 22 Graduate Allied Health programs, which collectively support over 700 residents and fellows annually. The software's capabilities are critical for accreditation tracking and management of GME work hours, ensuring the continuity of training for military medical professionals. The estimated value of this contract is $97,000, with an anticipated award date of December 31, 2025. Interested parties may submit capability statements to the primary contact, Rebecca Quint, at rebecca.d.quint.civ@health.mil, by 4:00 PM CT on December 19, 2025.
    Intent to Sole Source
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Buffalo District, intends to award a sole-source contract to Williams Electric Co. Inc. for the continued monitoring, maintenance, and service of the Electronic Security System (ESS) at the Niagara Falls Storage Site (NFSS) in Lewiston, New York. This contract, estimated to be valued between $500,000 and $1,000,000, will support critical infrastructure by ensuring the operational integrity of various security subsystems, including Intrusion Detection Systems and Closed Circuit Television, while adhering to stringent security protocols and compliance with federal regulations. Interested firms are encouraged to respond with their qualifications and capabilities, as the contract is expected to be a firm fixed price with a one-year term and four optional extensions. For further inquiries, contact Douglas Smith at douglas.smith@usace.army.mil or Tyrone Palaganas at tyrone.b.palaganas@usace.army.mil.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    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.
    DMDC USHRIS
    General Services Administration
    The General Services Administration (GSA) is seeking to modify an existing contract with Peraton for the development of the Uniformed Services Human Resources Information System (USHRIS) as part of the Defense Manpower Data Center's (DMDC) initiative. This modification is essential for completing the implementation of the Department of Defense's (DoD) Enterprise Identity, Credentialing, and Access Management (ICAM) requirements for the Trusted Associate Sponsorship System (TASS) application, with a critical deadline of September 30, 2023. The urgency of this procurement arises from a DoD directive to decommission outdated data centers, and Peraton is uniquely positioned to fulfill this requirement due to its expertise and security clearances, making competition impractical. Interested parties can reach out to Ryan P. Mathews at ryan.mathews@gsa.gov or David Roberts at david.a.roberts@gsa.gov for further information.
    (W16) Brand Name Mandatory for Procure EDS system
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of a Brand Name U.S. Navy ZUMRO Erectable Decontamination System (EDS) and associated components. This procurement aims to acquire a system that includes a ship interface, water distribution system, and wheeled storage, which are critical for decontamination operations. The contract will be awarded based on a lowest price technically acceptable (LPTA) evaluation, with a total budget not to exceed $350,000. Interested vendors must submit their quotes by January 5, 2026, to the designated contacts, Latrice Whitfield and Marlene Ridgell, via the provided email addresses.
    SOLE SOURCE – PHYSICAL SECURITY COMPONENTS
    Dept Of Defense
    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.
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.