TEMPERATURE AND OTHER ENVIRONMENTAL CONTROL MONITORING SERVICES
ID: HT001425R0022Type: Solicitation
Overview

Buyer

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

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

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

    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Temperature and Other Environmental Control Monitoring Services at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. The contract requires comprehensive maintenance and monitoring services for an existing environmental control system, including the provision of 520 monitoring devices, installation, and ongoing technical support, with a focus on compliance with industry standards and Department of Defense regulations. This procurement is critical for ensuring the operational reliability and safety of medical environments, reflecting the government's commitment to modernizing healthcare facilities. Interested vendors must submit their proposals by April 15, 2025, and can direct inquiries to Judith S. Meynard at Judith.S.Meynard.ctr@health.mil or Erica S. Oh at erica.s.oh.civ@health.mil.

    Files
    Title
    Posted
    The document outlines a federal solicitation (HT001425R0022) for the procurement of monitoring devices and related services for the Walter Reed National Military Medical Center (WRNMMC). The key components include the delivery of 470 monitoring devices, installation services, shipping costs, and annual maintenance for a specified duration. It specifies that the contract is set aside for small businesses, particularly those owned by service-disabled veterans, women, and those eligible under HUBZone programs. The solicitation emphasizes compliance with various federal regulations, including unique item identification, and outlines the expectations for inspection, acceptance, and delivery. Crucially, the delivery must occur by June 1, 2025, and include extensive documentation to ensure adherence to contract terms. The complexity of this procurement reflects the government's commitment to equipping military medical facilities with necessary technological advancements while supporting small business involvement.
    The document is an amendment to a government solicitation related to contract HT001425R0022. The main purpose is to modify the quantity of devices required under the contract, increasing the amount from 470 to 520. Additionally, the amendment includes the posting of questions and answers related to the solicitation. The contractor must acknowledge receipt of this amendment by a specified method to ensure their offer is considered valid. The amendment details the updated delivery schedule for the devices, stating that the new quantity of 520 devices will be shipped to the Walter Reed National Military Medical Center in Bethesda, MD, with a delivery date set for June 1, 2025. The document serves as an official record of changes to the initial solicitation, ensuring that all terms remain unchanged except for the stated modifications. The amendment reflects the government's process for updating contract details and reiterates the importance of timely communication from the contractor regarding these changes.
    The document outlines the instructions and evaluation criteria for offers related to a contract with the Walter Reed National Military Medical Center, managed by the Defense Health Agency Contracting Activity (DHACA). It specifies a Firm Fixed Price contract, with proposals due by April 15, 2025. Offerors must provide a Technical Approach narrative, references for past performance on similar services within three years, and their price on a specified form. Proposals will be assessed based on three factors: Technical Approach, Experience, and Price, with a trade-off analysis to identify the most advantageous offer for the government. The document highlights the importance of understanding the services required, emphasizes the need for detailed past performance information, and outlines the evaluation standards, categorizing proposals as Acceptable or Unacceptable based on compliance with requirements. The evaluation focuses on the vendor’s ability to provide environmental control monitoring along with the cost being deemed fair and reasonable. This process reflects the government's commitment to ensuring that it awards contracts based on a comprehensive assessment of capability and value.
    The Department of Defense's Defense Health Agency has released a Performance Work Statement for environmental monitoring services at the Walter Reed National Military Medical Center (WRNMMC). The document outlines requirements for the maintenance, annual revalidation, and technical support of an existing government-owned monitoring system, encompassing 1,200 inputs across seven management nodes. Key objectives include providing 24/7 technical support, system maintenance, and user training, all adhering to regulatory standards from organizations such as the FDA and The Joint Commission. The contract period is set from May 1, 2025, to April 30, 2026, with four subsequent option years. The contractor is expected to supply resources for troubleshooting and provide necessary materials for repairs, ensuring system reliability and compliance. Additionally, the contractor will support technical updates and manage equipment upgrades to enhance performance. The necessity for quality control and compliance with the DoD's cybersecurity protocols is emphasized throughout the document. This RFP aims to consolidate and streamline environmental monitoring services, enhancing the operational capacity of WRNMMC while ensuring adherence to health and safety standards.
    The solicitation HT0014-25-R-0022 from the Walter Reed National Military Medical Center (WRNMMC) seeks vendors for the maintenance and possible replacement of their environmental monitoring system. It involves recompeting three existing contracts, requiring comprehensive proposals, including necessary agreements. Vendors are invited to propose alternative solutions, including cellular-based systems that operate independently of WRNMMC’s current infrastructure. The existing system is anticipated to undergo complete validation, which comprises installation, operational and performance checks, and compliance with industry standards. The contract's term is set from May 2025 to April 2026, with options for additional years. Clarifications regarding on-site and remote support, as well as NIST certification cycles, are addressed, noting that any replacement equipment must comply with Department of Defense interoperability standards. The proposal must cover 800 monitoring inputs, accommodating current and future expansion needs. Finally, the importance of vendor data security and independent audits is emphasized, seeking assurance through compliance with stringent standards. This solicitation highlights WRNMMC's commitment to modernizing its systems while ensuring regulatory compliance and data security.
    Lifecycle
    Title
    Type
    Similar Opportunities
    5998--BAS-METASYS CONTROLLER FOR CENTRAL MONITORING
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a BAS-Metasys Controller intended for central monitoring at the VA Medical Center in Montgomery, Alabama. This procurement aims to establish central monitoring for airflow validation in Supply Chain Management Operations, particularly within Sterile Processing Service areas, to comply with VHA Directive 1761 and other relevant mandates. The selected vendor will be responsible for supplying six control panel assemblies that integrate with the existing Building Automation System for real-time monitoring of room pressure, without the inclusion of labor or installation services. Interested offerors must submit their proposals to Quincy L. Alexander at Quincy.Alexander@va.gov by 12 PM Eastern Time on December 24, 2025, to be considered for award, with the solicitation expected to be posted on or before December 10, 2025.
    Service and maintenance of the AmeriWater Reverse Osmosis (RO) Water Treatment System and VIQUA Ultraviolet {UV) Water Disinfection System at the Naval Medical Center San Diego
    Buyer not available
    The Defense Health Agency (DHA) is soliciting bids for the service and maintenance of AmeriWater Reverse Osmosis (RO) and VIQUA Ultraviolet (UV) Water Treatment Systems at the Naval Medical Center San Diego, specifically for the Ophthalmology Department. The procurement requires contractors to provide comprehensive maintenance services, including preventive and corrective maintenance, water quality testing to AAMI ST-108 standards, and adherence to various regulatory requirements. These systems are critical for ensuring safe and effective water treatment in a medical setting, underscoring the importance of reliable service and maintenance. Interested contractors must submit their quotes by October 20, 2025, at 10:00 AM Pacific, including a technical capabilities statement and past performance references, and can contact Elliott Penetrante or Isaac Don Willies for further information.
    FACILITIES REMODEL TO SUPPORT XRAY MACHINE INSTALL UPDATED 19 NOVEMBER
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the remodel of treatment rooms at the David Grant Medical Center, Travis Air Force Base, to accommodate new Planmeca and Pano X-ray machines. The project requires contractors to provide architectural, structural, and electrical engineering designs, along with specific modifications and approvals, while adhering to infection control standards and utility policies during construction. This procurement is crucial for enhancing medical imaging capabilities within the facility, ensuring compliance with safety and operational standards. Proposals are due by 10:00 AM PST on December 15, 2025, and interested parties should contact Kenneth Harmon at kenneth.d.harmon.civ@health.mil for further information.
    Preventative Maintenance and Repair of Sterilization and Central Vacuum Equipment in Biosafety Labs (BSL) 1,2,3 and 4
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from potential sources for a service contract focused on the preventative maintenance and repair of sterilization and central vacuum equipment in Biosafety Labs (BSL) 1, 2, 3, and 4. The contract will encompass the maintenance of 63 sterilization units, including 49 existing Getinge sterilizers, with an emphasis on adhering to original equipment manufacturer (OEM) specifications and conducting bacteriological indicator tests to ensure efficacy. This initiative is critical for maintaining essential sterilization and washing systems that support the mission of the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in protecting warfighters from biological threats. Interested parties, particularly small businesses registered under NAICS code 811210, are encouraged to submit capability statements by December 12, 2025, to Christina Lewis at christina.m.lewis14.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    6685--Bath VAMC-Temperature/Humidity Monitoring equipment (VA-26-00026567)
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Rotronic Temperature and Humidity Monitoring equipment for the Bath VA Medical Center in Bath, NY. The procurement includes specific models such as the Rotronic RMS-MLOG-T10-915 with probe, RMS-MLOG-B-915, and 915 GATEWAY devices, which are essential for maintaining consistent environmental monitoring across multiple VA locations. This initiative is part of a market research effort to identify potential vendors for a future Small Business set-aside solicitation, with interested parties required to submit their company information and capabilities to Contract Specialist Lorraine Hussain by December 18, 2025. This presolicitation notice does not guarantee a contract award and is intended for informational purposes only.
    6685--Temperature/Humidity Monitoring equipment for Bath (VA-26-00026567)
    Buyer not available
    The Department of Veterans Affairs (VA) Network Contracting Office 2 (NCO 2) intends to award a sole source contract to Rotronic Instrument Corp. for the provision of temperature and humidity monitoring equipment at the Bath VA Medical Center (VAMC). This procurement aims to equip the Bath, Canandaigua, and Rochester VA facilities with a unified Rotronic monitoring system, which includes specific parts such as the RMS-MLOG-T10-915 with probe, RMS-MLOG-B-915, and 915 GATEWAY units. The contract, justified under FAR 6.302-1 due to the exclusive availability of Rotronic's products and services, is set to run from December 1, 2025, to September 30, 2026. Interested firms that believe they can meet the requirements may submit written notifications to Lorraine Hussain at Lorraine.Hussain@va.gov by December 18, 2025, at 10:00 AM EDT, as this notice is not a request for competitive quotes.
    J065 | Viewpoint Software Support and Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking contractors to provide support and maintenance services for the Viewpoint Wireless Temperature Monitoring System, as outlined in a Sources Sought Announcement. The procurement aims to gather information on potential vendors who can deliver comprehensive service agreements, including hardware/software warranties, unlimited support, system monitoring, and on-site calibration of NIST probes for various healthcare facilities in Southern Nevada. This initiative is crucial for ensuring proper temperature management within VA healthcare settings, thereby maintaining safety and compliance with federal regulations. Interested parties must respond by February 26, 2025, at 1:00 PM Pacific Time, and are encouraged to contact Gary Christensen at gary.christensen@va.gov for further details.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Buyer not available
    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is crucial for improving decision-making and operational efficiency in military healthcare, with a total contract value of $34 million and a performance period from January 30, 2026, to January 29, 2027, with options for additional 12-month periods. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via email, and proposals must be submitted electronically by January 9, 2026.
    RFI PHARMACY TEMPERATURE MONITORING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information from vendors regarding a Request for Information (RFI) for a modernized temperature monitoring system. This system is intended for use in medical refrigerators, freezers, and storage areas across 17 detention facilities, with a focus on functionality such as data monitoring, alerts, and compliance with CDC, VFC, and FDA standards. Vendors are required to provide detailed proposals that include system capabilities, implementation timelines, customer support, and a comprehensive cost breakdown for the setup and ongoing fees. Interested parties must submit their responses by December 4, 2025, at 5 PM EST, and can reach out to Vladimir Jockovic or Michelle Taylor for further inquiries.
    H299--AMENDMENT TO REQUEST FOR QUOTES OPEN SOLICITATION UP TO SMALL BUSINESSES 24 HOUR MONITORING AND RECORDING SERVICES 36C24526Q0126
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking quotes from qualified small businesses for 24-hour monitoring and recording services at the Washington DC VA Medical Center. This procurement, identified as RFQ 36C24526Q0126, aims to ensure continuous monitoring and service checks of HVAC and utility systems, with a contract period that includes a base year and two optional years, requiring inspections and detailed logging of deficiencies. The amendment to the solicitation has expanded eligibility to all qualified small businesses, fostering greater competition, and the deadline for quote submissions has been extended to December 22, 2025, at 10:00 AM ET. Interested parties should direct inquiries and submissions to Contracting Officer Bill Pratt at billie.pratt@va.gov or call 410-642-2411.