NCSU Security Camera System Upgrade
ID: 75H70924-NC24Q-002Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFINDIAN HEALTH SERVICEBILLINGS AREA INDIAN HEALTH SVCBILLINGS, MT, 59107, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services) (BICiv)
Timeline
    Description

    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking proposals for the upgrade of the security camera system at the Northern Cheyenne Service Unit (NCSU) in Lame Deer, Montana. The project aims to install a comprehensive digital surveillance system that meets regulatory requirements, including those from the IHS and the Drug Enforcement Agency (DEA), enhancing safety and security across the facility, particularly in the pharmacy area. This initiative underscores the federal government's commitment to improving healthcare safety standards while fostering opportunities for Indian Small Business Economic Enterprises (ISBEE) through a 100% set-aside contract. Interested contractors must submit their quotes by September 6, 2024, with all proposals valid for 90 days, and can direct inquiries to Vincent Hansen at Vincent.Hansen@ihs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines federal clauses incorporated by reference in the context of supply and commercial item purchase orders, governed by the Federal Acquisition Regulations (FAR) and the Department of Health and Human Services Acquisition Regulations (HHSAR). Key clauses address a range of compliance areas, including system maintenance, equitable business practices, and specific provisions for facilitating small business participation as well as prohibitions on engaging contractors linked to certain restricted technologies. Among the stipulations, there is a notable emphasis on Indian employment preferences in HHSAR, alongside mandates for electronic payment submission and adherence to accessibility standards under Section 508 of the Rehabilitation Act. The document requires contractors to maintain detailed records for compliance verification, ensure equal opportunity employment, and integrate specified clauses into subcontracts. Overall, the file serves as a formal reference for contractors, delineating obligations and regulatory parameters designed to ensure lawful acquisition practices, promote socio-economic equity, and maintain security in federal contracting, particularly amidst commercial services acquisitions and federal grants.
    The government document details solicitation provisions and clauses for contracts, emphasizing compliance with various federal regulations, including the Federal Acquisition Regulations (FAR) and the Department of Health and Human Services Acquisition Regulations (HHSAR). Key provisions address prohibitions against contracting with entities using covered telecommunications and video surveillance components, and affirmatively state the contractor's tax compliance status and criminal conviction details. The document also outlines the requirements for small business program representations, emphasizing support for economically disadvantaged and women-owned businesses, service-disabled veteran-owned enterprises, and the importance of accessibility conforming to Section 508 of the Rehabilitation Act. Contractors must submit representations regarding employment preferences for Indians and ensure compliance with specific accessibility standards for electronic and information technology. Overall, the document serves as a comprehensive guide for offerors on the requirements and regulations pertaining to federal contracts, reinforcing the government's commitment to inclusivity, compliance, and security during the procurement process.
    The Northern Cheyenne Service Unit (NCSU) seeks to upgrade its security camera system to meet various regulatory requirements, including those set by the Indian Health Service (IHS) and the Drug Enforcement Agency (DEA). The project involves installing a comprehensive digital surveillance system across the facility, including the pharmacy, to enhance safety and security for personnel and property. The contractor's scope encompasses providing and installing new surveillance cameras, digital video recorders, and viewing stations, ensuring that all hardware complies with the National Defense Authorization Act. Key tasks include replacing 40 existing legacy cameras, upgrading video storage capabilities, and providing training and technical support for NCSU staff. Specific requirements for the cameras include high-resolution, internet protocol connectivity, and various mounting options to maximize coverage. The installation must adhere to IHS guidelines, with a distinct system for the pharmacy to securely monitor medication dispensing. The deliverables are to be completed within a timeline of 240 days following the award, with all hardware under a minimum three-year warranty. This upgrade highlights the federal government's initiative to ensure compliance with healthcare safety standards while enhancing surveillance capabilities at the NCSU facility, ultimately prioritizing the security of the public health infrastructure.
    The document outlines requirements for submitting a Country of Origin declaration as part of a government proposal, specifically adhering to the Buy American Act and related FAR clauses. It mandates that bidders provide the Country of Origin for each proposed project component, which includes indoor cameras, outdoor cameras, a video management system, and a video recording device. A Certificate of Compliance, submitted on company letterhead, must confirm that all components comply with specified regulations. This certificate should be signed by an authorized company representative and dated. The document emphasizes compliance with regulatory standards, ensuring that all project elements meet the necessary legal requirements for federal procurement processes.
    The Past Performance Questionnaire is a standard form designed to assess the performance of contractors in federal and state/local RFP processes. It captures information pertinent to a contractor's past engagements, including whether they served as the prime contractor or subcontractor, contract specifics such as award period, type, term, and dollar value, as well as contact details for relevant personnel. The questionnaire solicits details about any contractual issues encountered and corrective actions taken, along with a summary of work completed that reflects the requirements outlined in the current solicitation. This structured approach aims to evaluate potential contractors’ capabilities based on historical performance, thereby aiding procuring organizations in making informed decisions during the procurement process.
    The file RFQ 75H709-NC24Q-006 outlines a solicitation by the Northern Cheyenne Service Unit, Indian Health Service (IHS), for the procurement of security camera systems and related services. This request is specifically designated as a 100% Indian Small Business Economic Enterprise (ISBEE) 8(a) set-aside, targeting small businesses with a standard of $25 million under NAICS Code 561621. The contract will be a Firm-Fixed Price Purchase Order requiring new equipment only, and the proposal must encompass the costs of travel, lodging, and taxes. Proposals must include a detailed technical description of the offered solutions, compliance with solicitation requirements, and evidence of past performance, with specific evaluation criteria weighing descriptive literature (60 points), installation plans (10 points), and past performance (30 points). The submission deadline is September 6, 2024, and quotes must be valid for 90 days. Additionally, the contract adheres to the Service Contract Act wage determinations, and all solutions must comply with federal IPv6 standards and utilize electronic invoicing through the Invoice Processing Platform (IPP). This RFQ represents a critical initiative by the IHS to upgrade its security infrastructure while fostering opportunities for eligible small businesses in the Indian economy.
    This document appears to outline various locations and services provided by public health and human services, particularly those related to the Bureau of Indian Affairs and the Indian Health Service Pharmacy. It details several street names associated with these services, such as Sweet Medicine Drive and Cheyenne Avenue, indicating a focus on service delivery locations. The information suggests an emphasis on healthcare accessibility for Native American communities, likely forming a part of federal grants or RFPs aimed at improving health services. The structured listing of locations may imply a broader initiative to enhance public health outreach and resource allocation in these areas, ensuring that the services reach the intended populations effectively. Overall, the document underscores the need for coordinated efforts in public health services delivery and the importance of location-specific strategies in addressing health disparities.
    The document outlines a federal Request for Proposals (RFP) aimed at soliciting bids for various projects related to infrastructure improvement and community development. It emphasizes the importance of aligning project goals with federal grant requirements and local government specifications. Key objectives include enhancing public facilities, promoting environmental sustainability, and ensuring community engagement throughout the project lifecycle. The RFP also outlines eligibility criteria for applicants, funding availability, and timelines for the submission of proposals. It advocates for partnerships between government agencies and private sector entities to leverage resources and expertise effectively. The document serves as a framework for applicants to understand the expectations and requirements necessary for the successful execution of funded initiatives, signaling the government’s commitment to fostering economic development and improving public infrastructure in alignment with community needs.
    The document pertains to a Request for Quotation (RFQ) related to security camera system upgrades at a facility. It outlines key details such as the submission deadline for bids set for September 6, 2024, and emphasizes the need for a phased implementation to minimize system downtime. The RFQ specifies the integration of a video doorbell for the pharmacy into its dedicated security system, alongside addressing infrastructure requirements including the use of conduit for wiring. Existing switches can be utilized for networking, although a fiber grid is not currently setup. Additionally, the document clarifies that all existing cameras need replacement and outlines technical requirements for camera connectivity, emphasizing compliance with national electrical codes. It provides logistical information such as the locations of server rooms, rules regarding working hours, and offers the possibility of scheduling a site visit. Overall, the document serves to guide potential contractors in understanding the project scope and requirements for camera system upgrades while ensuring adherence to federal regulations and facility security policies.
    The document pertains to an analysis regarding applications or requests for proposals (RFPs) related to the federally funded drug information and intervention programs. It emphasizes the need for detailed descriptions of program objectives, potential impacts, and methodologies for implementation. The content outlines the expectations for applicants to demonstrate capacity in addressing drug-related issues, ensuring compliance with federal standards, and the necessity for collaboration with local health authorities. It also highlights the importance of assessment and evaluation procedures to track project outcomes effectively. The RFPs aim to solicit innovative strategies that promote awareness and education on drug misuse while enhancing community resources and supports. These requests reflect the government's commitment to combating substance abuse and improving public health services at the local and state levels.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Pine Ridge Radiology Upgrades
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is soliciting proposals for the Pine Ridge Radiology Upgrades project located in Pine Ridge, South Dakota, under solicitation number 75H70124R00054. The project entails comprehensive renovations to the radiology department, including the removal and replacement of casework, countertops, flooring, ceiling tiles, and lighting, along with necessary electrical and plumbing upgrades. This initiative is crucial for modernizing healthcare facilities in Native American communities, ensuring compliance with current healthcare standards and technologies. The contract is a 100% Small Business Set Aside, with an estimated value between $250,000 and $500,000, and proposals are due electronically by the specified deadline. Interested contractors should direct inquiries to Jong Kim at jong.kim@ihs.gov or Andrew E. Hart at andrew.hart@ihs.gov.
    Woodrow Wilson Keeble Memorial Health Care Center USP Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the renovation of the Woodrow Wilson Keeble Memorial Health Care Center in Sisseton, South Dakota, to achieve compliance with USP regulations. The project encompasses a range of construction activities, including demolition, mechanical reroutes, masonry work, and upgrades to the pharmacy and ambulance garage, all while ensuring minimal disruption to hospital operations. This initiative is crucial for enhancing healthcare infrastructure in underserved communities, reflecting the government's commitment to improving health services. Proposals are due by September 30, 2024, at 2:00 PM CT, and interested contractors should direct inquiries to Shaukat Syed at shaukat.syed@ihs.gov or call 214-767-3934.
    Firm Fixed-Price, Commercial Item Purchase Order to provide a Life Cycle Network Equipment Replacement for the Great Plains Area, Office of Information Technology at the Datacenter in Sioux Falls, SD
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting bids for a Firm Fixed-Price, Commercial Item Purchase Order to provide a Life Cycle Network Equipment Replacement at their Datacenter in Sioux Falls, South Dakota. This procurement is categorized as “100% Buy Indian / Small Business,” emphasizing the need for participation from Indian Economic Enterprises and requiring detailed product descriptions, pricing, and warranty terms in the bids. The selected contractor will be responsible for supplying new networking equipment to replace aging IT infrastructure, with a contract period of one year from the date of award. Interested vendors must submit their quotes by September 17, 2024, at 12:00 PM CDT, and can direct inquiries to David Jones at david.jones@ihs.gov or by phone at 605-226-7328.
    The Great Plains Area Indian Health Service (IHS) intends to award a Firm-Fixed Price, Commercial Item, Purchase Order in response to Request for Quote forEnvironmental Site Assessment (ESA) & Hazard Material Asbestos Survey (HMAS) – Rosebud, SD
    Active
    Health And Human Services, Department Of
    The Great Plains Area Indian Health Service (IHS) is soliciting quotes for a Firm-Fixed Price Purchase Order for an Environmental Site Assessment (ESA) and Hazardous Materials Asbestos Survey (HMAS) in Rosebud, South Dakota. The objective of this procurement is to identify potential environmental hazards through inspections, sample collection, and laboratory testing, while ensuring compliance with federal standards. This project is particularly significant as it underscores the IHS's commitment to environmental health and safety, and it is exclusively set aside for Indian Small Business Economic Enterprises (ISBEE). Interested contractors must submit their bids electronically by September 18, 2024, and can direct inquiries to DeAnne Dolphus at deanne.dolphus@ihs.gov or by phone at 605-225-7272.
    Firm Fixed-Price, Non-Personal Service Type, Commercial Item Purchase Order to provide a repair/replacement to the Emergency Room doors at the Rosebud Service Unit (RSU), Rosebud IHS Hospital, Rosebud, South Dakota.
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is soliciting quotes for a Firm Fixed-Price contract to repair or replace the emergency room doors at the Rosebud IHS Hospital in South Dakota. The project requires the demolition and installation of two new doors and related hardware, ensuring compliance with health and safety codes, and must be completed within a performance period of 120 calendar days. This opportunity is exclusively available to Indian and small business firms, emphasizing the importance of supporting indigenous businesses while enhancing the operational standards of the health facility. Interested contractors must submit their quotes by September 17, 2024, at 12:00 PM CDT, and can direct inquiries to David Jones at david.jones@ihs.gov or by phone at 605-226-7328.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking proposals for Medicare Cost Reporting Services to support its mission of delivering healthcare to American Indians and Alaska Natives. The selected contractor will assist in the preparation and submission of Medicare cost reports, ensuring compliance with Medicare regulations and optimizing reimbursement processes for various healthcare facilities. This initiative is crucial for maintaining approximately $1 billion in annual Medicare and Medicaid collections, which are essential for sustaining healthcare services in underserved communities. Proposals are due by 5:00 PM (EST) on September 19, 2024, and should be submitted to Brendon Moran at brendon.moran@ihs.gov, with a total estimated contract value of $62,500 per year for the base and each option period.
    IHS1499012 - Cibecue - A-dec
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service (IHS), is seeking proposals for the procurement of dental operatory equipment from A-dec for the Cibecue Health Center in Arizona. The procurement includes the replacement of outdated dental equipment and cabinetry, requiring new A-dec products that meet specific technical specifications and warranty requirements. This initiative is crucial for enhancing dental care services within the IHS facilities, ensuring compliance with industry standards and improving operational efficiency. Interested vendors must submit their quotes by September 13, 2024, with questions due by September 10, 2024; for further inquiries, contact Ashley B. Velasquez at ashley.velasquez@ihs.gov or call 480-217-7292.
    IAW Buy Indian Act - Pharmacy After Hours Services at ESU
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for Pharmacy After Hours Services at the Elko Southern Bands Health Center in Elko, Nevada. The objective is to provide non-personal professional pharmacy services during weekends, holidays, and other closures to ensure continuous access to medications for American Indian and Alaska Native patients. This contract, set aside for Native American firms under the Buy Indian Act, is crucial for maintaining healthcare continuity and compliance with federal regulations. Interested vendors must submit their proposals electronically by September 17, 2024, with questions accepted until September 9, 2024, and can contact Michele Lodge at Michele.Lodge@ihs.gov for further information.
    Medicare Cost Reporting Services
    Active
    Health And Human Services, Department Of
    The Indian Health Service (IHS) under the Department of Health and Human Services is seeking proposals for Medicare Cost Reporting Services to support its Office of Resource Access and Partnerships. The contractor will be responsible for preparing and submitting up to 53 Medicare cost reports annually, conducting financial analyses, and managing reimbursement calculations for healthcare facilities serving American Indians and Alaska Natives. This procurement is crucial for ensuring compliance with Medicare and Medicaid regulations, thereby facilitating proper healthcare funding for underserved populations. Proposals are due by 07:30 AM (EST) on September 23, 2024, and should be submitted electronically to Brendon Moran at brendon.moran@ihs.gov, with a total estimated budget of $62,500 for each option period.
    Whiteriver HVAC Upgrades & USP 797-800 Compliance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for the Whiteriver HVAC Upgrades and USP 797-800 Compliance project at the Whiteriver Indian Hospital in Arizona. The project aims to renovate existing HVAC systems to meet compliance standards for operating rooms, dental clinics, and inpatient pharmacies, ensuring adherence to United States Pharmacopeia standards. This initiative is critical for enhancing healthcare facility infrastructure and ensuring patient safety in compliance with federal regulations. Proposals are due by September 16, 2024, and interested contractors should contact Kelly Britton at kelly.britton@ihs.gov for further details.