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
    1st Helicopter Sq Camera System Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the upgrade of the 1st Helicopter Squadron Camera System at Joint Base Andrews, Maryland. The project entails the removal of an outdated camera system and the installation of 15 new cameras, including various types such as PTZ, dome, and multi-sensor cameras, with a focus on enhancing security and operational readiness. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal security regulations, requiring proposals to be submitted by September 23, 2024. Interested contractors should contact A1C Cory Harris at cory.harris.5@us.af.mil or Jose Peregrinaflores at jose.peregrinaflores@us.af.mil for further details and access to necessary documentation.
    CCTV Security Cameras Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the NAVSUP FLT LOG CTR Norfolk, is seeking contractors for the replacement of CCTV security cameras. The objective of this procurement is to replace existing security cameras in accordance with the provided statement of work, ensuring enhanced surveillance capabilities. The services required fall under the NAICS code 561621, which pertains to Security Systems Services, and the PSC code N063, related to the installation of alarm, signal, and security detection systems. Interested parties can reach out to Victoria Bergstrom at 757-443-1437 or via email at victoria.bergstrom@navy.mil for further details regarding this solicitation.
    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.
    Intraoperative Neuromonitoring Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified vendors to provide Intraoperative Neuromonitoring Services at the Naval Medical Center Portsmouth (NMCP) from January 1, 2025, to December 31, 2029, with options for renewal. The contractor will be responsible for delivering real-time neuromonitoring during surgical procedures, which includes providing necessary personnel, equipment, and immediate feedback to surgical teams to enhance patient safety. This service is critical for maintaining high standards of care during complex surgeries, ensuring effective monitoring of nerve function. Proposals are due by October 17, 2024, and interested parties should contact Christine Russman at christine.l.russman.civ@health.mil or Stacy Ling at stacy.m.ling.civ@health.mil for further details.
    NTV Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Marine Corps (USMC) Regional Contracting Office at Camp Pendleton, is conducting a Sources Sought/Request for Information (RFI) to identify qualified businesses capable of providing non-tactical vehicle maintenance and repair services for the Southwest Region Fleet Transportation (SWRFT) department. The services will support the management and operational readiness of various equipment across multiple installations, including Marine Corps Base Camp Pendleton and Marine Corps Air Station Miramar, among others. This initiative is crucial for maintaining the operational capabilities of the USMC's fleet, ensuring compliance with safety and environmental standards. Interested parties must submit a capabilities statement by September 27, 2024, at 1:00 PM PST, and can direct inquiries to David Lange at david.lange@usmc.mil or Maria Caceres at maria.caceres@usmc.mil.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    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.
    DJ10--(660) Security Camera Internet Service CBOCS
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the provision of secure internet services to support security camera data transmission at remote community clinics in Utah, Idaho, and Nevada. The contractor will be responsible for delivering reliable internet service over a fiber optic line, with a minimum speed of 500MB/s and an uptime of 99.9%, ensuring 24/7 monitoring by the Salt Lake City VA Medical Center. This initiative is part of the VA's commitment to enhancing security infrastructure for the safety of veterans and staff. Interested parties must submit their proposals by September 23, 2024, at 10:00 AM Mountain Time, and can contact Contracting Specialist Crystal Volmar at crystal.volmar@va.gov or 303-712-5825 for further inquiries.
    RIANG 282CBCS CCTV System
    Active
    Dept Of Defense
    The Department of Defense, through the Rhode Island Air National Guard, is seeking proposals from qualified small businesses for the installation of a Closed Circuit Television (CCTV) system at the 282d Combat Communications Squadron in North Smithfield, Rhode Island. The project requires the provision of a firm-fixed-price contract for a CCTV system that includes 6-8 PTZ cameras and 2 fixed cameras, with specifications for high-resolution capabilities, low-light operation, and 24/7 monitoring and recording. This procurement is critical for enhancing security infrastructure and ensuring compliance with NDAA regulations. Interested parties must submit their proposals by 5:00 pm EST on September 23, 2024, and can direct inquiries to MSgt Sandra Yazidjian at sandra.e.yazidjian.mil@army.mil. The estimated budget for this project ranges from $15,000 to $20,000, with a desired completion timeline of 90 days post-order receipt.