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
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 2:00 PM UTC
Description

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 the contractor to provide maintenance, technical support, and monitoring services for an existing environmental monitoring system, which includes a total of 1,200 inputs across seven management nodes, ensuring compliance with regulatory standards and operational reliability. This procurement is critical for maintaining the health and safety standards within military medical facilities, emphasizing the need for modernized systems and stringent data security measures. 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
Apr 11, 2025, 4:09 PM UTC
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.
Apr 11, 2025, 4:09 PM UTC
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.
Apr 11, 2025, 4:09 PM UTC
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.
Apr 11, 2025, 4:09 PM UTC
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
Solicitation
Similar Opportunities
Service Agreement for Reverse Osmosis Units
Buyer not available
The Defense Health Agency (DHA) is conducting a Sources Sought announcement to identify potential contractors for a service agreement related to reverse osmosis units at the Walter Reed National Military Medical Center in Bethesda, Maryland. The procurement aims to secure technical safety checks, maintenance, and troubleshooting services for AquaC UNO H™ Dialysis Water Treatment Systems, ensuring compliance with AAMI/ANSI and FDA standards. This opportunity is crucial for maintaining the operational integrity of medical equipment used in patient care. Interested parties must submit their capabilities statements and express their interest by 9:00 AM EST on Friday, January 18, 2025, to the primary contact, Ms. Pamela Renteria, at pamela.i.renteria.civ@health.mil.
MEDICAL ASEPTIC CLEANING SERVICES
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for Medical Aseptic Cleaning Services, Management of Linen Services, and minor facilities and grounds maintenance for the 86th Medical Group at Ramstein Air Base and the 52nd Medical Group at Spangdahlem Air Base in Germany. The procurement aims to ensure high standards of cleanliness and hygiene in healthcare environments, including hospital and dental treatment facilities, while adhering to military and federal regulations. This firm-fixed-price contract will be awarded based on a combination of technical approach, experience, and price, with a focus on delivering the best value to the government. Interested parties must submit their proposals electronically by April 17, 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.
Facilities Project Management and Quality Assurance Support Logistics (LOG), Walter Reed Army Institute of Research (WRAIR)
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking proposals from small businesses for Facilities Project Management and Quality Assurance Support Logistics at the Walter Reed Army Institute of Research (WRAIR). The contract aims to provide essential services for overseeing medical research facility operations and maintenance, ensuring compliance with quality standards across facilities ranging from 22,140 to 1,000,000 square feet. This procurement is critical for maintaining operational continuity and supporting military health research initiatives, with a contract period from May 16, 2025, to May 15, 2030, and options for extensions. Interested parties must submit their proposals by April 21, 2025, and direct inquiries to Nathaniel Reus at nathaniel.a.reus.civ@health.mil or 301-619-9209.
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), which aims to provide comprehensive medical and dental readiness services to military personnel, including active and reserve components, as well as Department of Homeland Security members. The contract, valued at a maximum of $1.61 billion, will span ten years and includes a transition-in period followed by a base period and nine optional years of performance, emphasizing the importance of maintaining a medically ready force. Key services required under this program include health assessments, physical exams, immunizations, and logistical support for scheduling and service delivery, ensuring compliance with military health standards. Interested contractors must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
Equipment Calibration and Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting bids for Equipment Calibration and Maintenance services at the Naval Medical Center Portsmouth, Virginia. This procurement involves a non-personal services contract requiring the contractor to provide all necessary personnel, equipment, and supplies to perform maintenance on medical equipment over a five-year period, from May 2025 to May 2030, including preventive maintenance and corrective repairs while ensuring compliance with regulations such as HIPAA. The selected contractor must maintain equipment according to original manufacturer specifications and submit service reports, with a focus on quality maintenance and operational continuity in medical services. Interested vendors must submit their bids, including a quote and required documentation, by April 25, 2025, at 8:00 AM Eastern Standard Time, and can direct inquiries to Kimberly Bunn at kimberly.p.bunn.civ@health.mil.
Master BPA for Neuromonitoring Services
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a Master Blanket Purchase Agreement (BPA) for intraoperative neuromonitoring (IONM) services to be performed during spine and orthopedic surgeries at the Alexander T. Augusta Military Medical Center in Fort Belvoir, Virginia. The procurement aims to secure qualified contractors capable of providing specialized neuromonitoring techniques, including Somatosensory Evoked Potentials (SSEP), Electromyography (EMG), and Electroencephalography (EEG), ensuring high standards of patient safety and care during surgical procedures. Interested vendors must adhere to strict submission guidelines, including providing technical proposals, past performance summaries, and pricing information, with a proposal deadline extended to April 29, 2024, at 10 AM. For inquiries, potential offerors can contact Michelle Priester at michelle.c.priester.civ@health.mil or Edgar DuChemin at edgar.r.duchemin.civ@health.mil.
Health Care Delivery IT Solutions (MHS GENESIS) Documentation
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking small businesses to provide documentation services for the MHS GENESIS electronic health record system. The primary objective is to revise and update existing technical documentation to ensure it is comprehensive and understandable for third parties, facilitating future responses to requests for proposals (RFPs) and ongoing maintenance of the system. MHS GENESIS is a complex system that integrates various health record components and serves over 9.6 million beneficiaries, making accurate documentation critical for operational efficiency and compliance. Interested parties must submit their capability statements by April 28, 2025, to the designated email address, with a maximum of seven pages for their response.
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at enhancing the health readiness of military personnel. This procurement focuses on medical evaluation and screening services, specifically within the realm of mental health, as indicated by the NAICS code 621112. The services are critical for ensuring the well-being of service members and maintaining operational readiness. Interested vendors can reach out to Nakaura C Yusuf at nakaura.c.yusuf.civ@health.mil or call 703-681-5821 for further details regarding the presolicitation notice.
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.
LEGACY DATA CONSOLIDATION SOLUTION – HEALTH INFORMATION ARCHIVE
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Mediquant, LLC for the provision of Health Information Archive (HIA) services aimed at consolidating legacy data and maintaining software systems. This contract will support the Enterprise Intelligence and Data Solutions (EIDS) Program Management Office (PMO) by mapping and loading data sets into Mediquant's proprietary data model and ensuring the operational integrity of the HIA, which is crucial for managing health-related information. The contract is expected to be a Firm Fixed-Price agreement with a base period of 12 months and four additional option periods, with an anticipated award date no later than December 2024. Interested parties may express their capabilities to Domonique Holmes via email at domonique.p.holmes.civ@health.mil within 7 calendar days of this notice.