NHCP CCTV Maintenance
ID: HT941024Q2092Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the NHCP CCTV Maintenance contract at Naval Hospital Camp Pendleton in California. The contract entails providing comprehensive maintenance services, including quarterly inspections, cleaning, and necessary adjustments for security surveillance cameras and access control systems, ensuring their operational reliability and compliance with military health facility standards. This non-personal services contract emphasizes the critical nature of effective surveillance and access control systems in maintaining safe medical environments, with a performance period from September 29, 2024, to September 28, 2025. Interested contractors should contact Isabella Krogulec at Isabella.Krogulec.civ@health.mil or 210-952-8565 for further details and to submit their proposals by the specified deadlines.

    Files
    Title
    Posted
    The Department of Defense's Defense Health Agency (DHA) outlines a Performance Work Statement (PWS) for the repair and maintenance of security, intercom, and video systems at the Naval Hospital Camp Pendleton. The contractor is required to ensure the operational reliability of surveillance cameras, access control systems, and intercoms by providing installation, regular quarterly inspections, and parts and labor for repairs. The scope includes managing various facilities across the site, enhancing physical security standards, and training personnel on the systems. The contract is defined as non-personal services, meaning contractors do not have the same level of oversight as government employees. The agreement stipulates operational procedures, including 24/7 support availability, emergency services, and specific requirements for contractor personnel, such as identification badges and cybersecurity training. The period of performance spans from September 29, 2024, to September 28, 2025. This PWS emphasizes the need for security system maintenance in military health facilities, highlighting the critical nature of effective surveillance and access control systems for maintaining safe medical environments.
    The document is a Past Performance Questionnaire (PPQ) issued by the Defense Health Agency (DHA) for evaluating an Offeror's past performance related to a potential U.S. Government contract. It outlines the information required to assess the Offeror, including project specifics like contract number, title, location, and contract value. Evaluators are asked to rate various aspects of the Offeror's performance, such as management of subcontractors, quality of work, compliance with safety standards, and overall corporate integrity, using a standardized rating system ranging from "Exceptional" to "Unacceptable." Additional sections allow evaluators to address contract performance issues, the customer’s satisfaction, and to provide an overall rating and signature. The questionnaire seeks to gather insights from relevant parties to help inform the government's decision on issuing the contract, emphasizing the importance of reliable past performance in federal procurement processes.
    The document titled "Combined Synopsis and Solicitation HT9410-24-Q-2092" outlines a federal procurement request for fire extinguisher support services over a twelve-month period. The solicitation emphasizes the provision of ongoing support to ensure compliance with fire safety regulations. It details a single Contract Line Item Number (CLIN) for the base year and lists the unit of issue as months, with a stated total unit price yet to be determined. This request for proposal (RFP) serves as a basis for vendors to submit bids, highlighting the government's commitment to maintaining safety protocols through reliable fire prevention services. The succinct structure indicates the need for straightforward service provision without additional complexities, aligning with the typical requirements in federal grants and local RFPs aimed at ensuring essential public safety services are met efficiently and effectively. Overall, this solicitation seeks to engage qualified suppliers to fulfill crucial fire safety responsibilities within the designated timeframe.
    The document pertains to RFQ No. HT9410-24-Q-2042, which involves the provision of Fire Extinguisher Services for the Naval Hospital San Diego. It outlines mandatory representations concerning telecommunications and video surveillance services or equipment, specifically identifying whether offerors will or will not provide covered equipment and services. Offerors must complete a representation form, disclosing relevant information depending on their affirmative responses, including details about the sources and descriptions of any covered equipment or services. Additionally, it references compliance with federal regulations as outlined in the Federal Acquisition Regulation (FAR) and the System for Award Management (SAM), emphasizing the prohibition on contracting for certain telecommunications services. The purpose of the RFQ is to ensure that the services contracted do not involve covered telecommunications materials that may pose security or operational risks, maintaining adherence to federal directives. Overall, this solicitation highlights the need for transparency and compliance by contractors in federal procurement processes.
    The document HT9410-24-Q-2092 outlines a Request for Quote (RFQ) for commercial services at the Naval Hospital Camp Pendleton. The RFQ specifies a competitive solicitation set aside for Service-Disabled Veteran-Owned Small Businesses, focused on providing equipment maintenance and inspections for security systems, including surveillance cameras and access control systems, over a one-year service period starting October 1, 2024. Key requirements include quarterly inspections, cleaning, and necessary adjustments for various security equipment, which involve significant technical specifications and installation tasks. Contractors must provide technical documentation, past performance references, and detailed pricing proposals. Evaluation factors prioritize technical capability and past performance over pricing. The document details submission requirements, including a clear outline of expectations for quotes and compliance with government regulations. Overall, this solicitation represents a targeted effort to procure reliable maintenance services while promoting veteran-owned businesses, emphasizing thorough evaluation criteria for contractor qualification.
    Lifecycle
    Title
    Type
    NHCP CCTV Maintenance
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Access Control Security Door
    Active
    Dept Of Defense
    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.
    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.
    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.
    J059--Philips Monitoring System PMI
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the Philips Patient Monitoring System PMI, aimed at enhancing healthcare technology at the VA Greater Los Angeles Healthcare System. This procurement includes hardware coverage and software support, with a total contract value of approximately $34 million over a five-year period, consisting of a base year and four option years. The contract is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), reflecting the VA's commitment to supporting veteran-owned enterprises while ensuring compliance with federal regulations. Interested parties must submit their proposals by September 17, 2024, at 3:00 PM Pacific Time, and can contact Contract Specialist David Odne at david.odne@va.gov or (562) 766-2328 for further information.
    Leica and Sakura Finetek Corrective and Preventative Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for corrective and preventative maintenance services for government-owned Leica and Sakura Finetek laboratory equipment at Naval Hospital Jacksonville, Florida. The contractor will be responsible for providing both preventive maintenance, including scheduled inspections every six months or annually, and corrective maintenance to restore equipment to original specifications following any reported failures. This maintenance is crucial for ensuring the operational readiness of medical devices used in clinical diagnostics, thereby supporting military healthcare services. Interested small businesses must submit their proposals by the specified deadline, with the contract set to begin on September 1, 2024, for a base period of one year, followed by two optional years. For further inquiries, potential bidders can contact Heather Clipson at Heather.y.clipson.civ@health.mil or Carrie Gaither at carrie.e.gaither.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.
    DHA DAD-MA Patient Safety Program for Military Medical Treatment Facilities
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the DAD-MA Patient Safety Program aimed at enhancing patient safety within Military Treatment Facilities (MTFs). The procurement focuses on providing comprehensive services, including personnel, training, and resources to foster a culture of safety and mitigate preventable harm, aligning with the DHA's strategic objectives for quality healthcare. This initiative is critical for ensuring that military healthcare personnel are equipped to deliver evidence-based care and achieve zero preventable harm across various environments. Interested small business entities must submit their proposals by September 18, 2024, with a total contract value estimated at $559,000, and can direct inquiries to Cherish Young at cherish.d.young2.civ@health.mil or Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil.
    36C25524Q0379 Physical Security Upgrades EKHCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the contract titled "36C25524Q0379 Physical Security Upgrades EKHCS," aimed at enhancing physical security systems at the Eastern Kansas Health Care System, specifically in Leavenworth and Topeka, Kansas. The project involves the installation of security cameras and intercoms, with a focus on improving outdoor video surveillance and securing executive leadership offices, in response to rising safety concerns. This initiative underscores the importance of robust security measures within healthcare facilities, ensuring the safety of both staff and patients. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by September 20, 2024, at 3 PM CST, and can direct inquiries to Contract Specialist Sue Miller at susan.miller99@va.gov or by phone at 913-946-1958.
    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.
    C1DA--552-23-503, AE Expand Security Fiber Backbone
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the expansion of the Security Fiber Backbone at the Dayton Veterans Affairs Medical Center. The project involves comprehensive design and construction services aimed at enhancing the operational capabilities of the Avigilon camera network, which includes surveys, cost estimates, construction drawings, and specifications. This initiative is crucial for improving the security infrastructure and operational efficiency of the facility, with an estimated budget between $250,000 and $500,000. Interested contractors must submit their proposals by September 20, 2024, at 16:00 Eastern Time, and can contact Contract Specialist Lakeisha Jackson at Lakeisha.Jackson@va.gov or (216) 447-8300 ext. 49622 for further information.