Patient Security System
ID: HT940625Q0011Type: Combined Synopsis/Solicitation
AwardedOct 1, 2025
$440.8K$440,820
AwardeeLIVION TECHNOLOGY, LLC San Antonio TX 78215 USA
Award #:HT940625PE004
Overview

Buyer

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

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified small businesses for the installation of a Patient Security System (PSS) at Naval Hospital Jacksonville, Florida. The objective is to replace the existing PSS with a new system designed to prevent infant abduction, which includes robust monitoring features, waterproof infant monitoring bands, alarms for security breaches, and a fail-secure operation mode. This procurement is critical for enhancing safety measures within healthcare facilities, ensuring secure access to sensitive areas, and maintaining patient care environments. Interested vendors must submit their quotations by 10:00 AM Eastern Time on April 28, 2025, and can direct inquiries to Heather Clipson at Heather.y.clipson.civ@health.mil or Carrie Gaither at carrie.e.gaither.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to the solicitation for a Patient Security System (PSS) at Naval Hospital Jacksonville. It addresses vendor questions, updates the Statement of Work (SOW), and reiterates that the submission deadline remains unchanged. The PSS aims to prevent infant abduction by replacing an existing system with new technology and infrastructure, which includes removing and disposing of outdated equipment. Key points include that the new system will utilize waterproof security bands, alarm systems for doors and elevators, real-time monitoring, and a comprehensive reporting mechanism for both security and patient activity. The contractor is tasked with installation, testing, and training for staff, adhering to specific cybersecurity protocols, and ensuring compliance with Department of Defense regulations. Additional details clarify that site visits are not permitted, and the government will not bear responsibility for contractor materials while also emphasizing adherence to safety and environmental standards throughout the project's lifecycle. The document serves the intent of a federal RFP, detailing requirements for contractor proposals while ensuring alignment with government procurement standards and healthcare security needs.
    The Defense Health Agency (DHA) has established contracting requirements for Medical Device and Equipment (MDE) cybersecurity and Risk Management Framework (RMF) to ensure secure procurement and operation of medical systems. The document outlines compliance guidelines for vendors involved in MDE, including software and equipment used for diagnostics and treatments. Key components include the establishment of a test environment for compliance testing, adherence to federal cybersecurity regulations, and requirements for ongoing maintenance of cybersecurity postures throughout the lifecycle of devices. Vendors must conduct regular security scans, manage vulnerabilities, and submit detailed documentation, including risk assessments and mitigation plans. The RMF process emphasizes timely collaboration between the vendor and the DHA, with strict adherence to certification and assessment schedules. Vendors are responsible for ensuring that all products maintain their authorized security configurations and must notify the DHA of any changes that may impact compliance. Continuous monitoring and periodic reauthorization every three years are also mandated to uphold security standards. Overall, this document serves as a framework for ensuring that MDE acquisitions meet stringent cybersecurity requirements, ultimately safeguarding healthcare information and maintaining network integrity.
    The Medical Device and Equipment Risk Assessment (MDERA) Version 6.4 outlines the requirements vendors must meet for compliance with U.S. Federal Government, Department of Defense, and Defense Health Agency cybersecurity standards. Vendors are mandated to complete the MDERA questionnaire as part of the procurement process, providing essential information on the device's data processing capabilities, compliance with cybersecurity principles, and technical characteristics. Critical to this process is the necessity to ensure that all medical systems meet DoD and NIST cybersecurity standards, with stringent consequences for misrepresentation or incomplete disclosures. The questionnaire covers multiple sections, including system identification, technical information, and data processing capabilities, addressing aspects such as operating systems, vulnerabilities, remote access, and data encryption measures. This documentation serves as a collaborative tool for stakeholders aiming for Risk Management Framework (RMF) Authorization and highlights the importance of maintaining device security throughout the contract lifecycle. Vendors must provide thorough information on their medical devices to qualify for procurement under DoD guidelines.
    The document outlines the requirements for door security in a system alarms protected area, specifically noting that these doors must be equipped with sensors and a lockdown feature. It is indicated that client computers will be located at the nurse station, suggesting that this area is of particular importance for monitoring and response protocols. The focus on alarms and sensor technology emphasizes the need for enhanced safety measures within healthcare facilities, where secure access can play a critical role in protecting sensitive information and patient care environments. The succinct repetition of key points highlights their significance in the context of safety and security requirements in federal and local RFPs related to healthcare infrastructure. This document serves as a guideline for proper implementation in compliance with safety standards.
    The document outlines a Request for Quotation (RFQ) for a Patient Security System (PSS) to be installed at the Naval Hospital Jacksonville, targeting small businesses under NAICS Code 561621. Quotations must adhere to specific federal guidelines, including FAR parts and clauses relevant to transactions involving government contracts. The proposal is structured into four evaluation factors: administrative/business, technical capabilities, past performance, and pricing, with emphasis on technical conformance to salient characteristics that ensure infant abduction prevention. Key requirements for the PSS include robust monitoring features, waterproof infant monitoring bands, alarms for security breaches, and a fail-secure operation mode. The contractor is responsible for installing the new system while adhering to safety codes and regulations. A five-year warranty for the system is also mandated. The submission deadline is set for 10:00 AM Eastern Time on April 28, 2025, with all documentation needing to be organized into designated volumes for evaluation. The government intends to award the contract without discussions based on the initial offers received, emphasizing the importance of compliance with submission instructions and quality standards. This procurement represents a commitment to enhancing healthcare security through technological solutions.
    Lifecycle
    Title
    Type
    Patient Security System
    Currently viewing
    Award
    Combined Synopsis/Solicitation
    Similar Opportunities
    Newborn Screening Services- Notice of Intent to Sole Source
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award three sole source contracts for Newborn Screening Services, specifically targeting the provision of screening for up to 38 core conditions and 26 secondary conditions, along with specialty physician consultations for diagnosed newborns. The contracts will be awarded to the Newborn Screening Programs of the Florida, North Carolina, and Virginia Departments of Health, which will support Military Treatment Facilities in their respective states, ensuring timely medical interventions for newborns identified with certain genetic and metabolic conditions. This initiative is critical for early detection and treatment, which can prevent severe health issues in infants. Interested parties must submit capability statements by 12:00 PM EST on January 6, 2026, to the designated contacts, Brittany Belsches and Mary Shifflett, via email, as no competitive proposals will be solicited.
    Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Commercial Solutions Opening (CSO) to solicit proposals for prototype projects aimed at enhancing the effectiveness of healthcare delivery for military personnel. This initiative seeks innovative solutions that improve platforms, systems, components, or materials utilized by the Department of Defense, particularly in the realm of electronic health records and data management. The CSO will remain open until July 1, 2026, and interested parties are encouraged to submit their proposals, ensuring they adhere to the guidelines outlined in the associated documents. For inquiries, potential respondents can contact Lacey Lockard at lacey.n.lockard.civ@health.mil or Elizabeth Holten at elizabeth.l.holten.civ@health.mil.
    Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking innovative solutions through its "Customer Care Prototyping 2025-2026" initiative, aimed at enhancing customer care within the Military Health System (MHS). This opportunity invites prototype projects under the authority of 10 U.S.C. § 4022, focusing on developing a foundational platform that prioritizes agile development, self-service support, and data-driven insights to improve mission effectiveness and customer sentiment while reducing costs. Interested vendors should monitor SAM for updates regarding submission instructions and evaluation criteria, with the first "Season Notice" expected in Q1 FY26. For inquiries, contact Gabriela Hurte at gabriela.y.hurte.civ@health.mil or Sonya Edom at sonya.m.edom.civ@health.mil.
    J063, Panic and Intrusion Alarm Replacement and Monitoring, Various Clinics - Portland Veterans Affairs Healthcare System, Dept of Veterans Affairs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide panic and intrusion alarm replacement and monitoring services for various clinics within the Portland Veterans Affairs Healthcare System. The procurement involves the removal, installation, and testing of new security components, including keypads, panels, motion sensors, and wireless panic alarms, across six specified locations in Oregon, with a requirement for 24/7 alarm monitoring and rapid response to repair requests. This initiative is critical for enhancing the security infrastructure of VA facilities, ensuring the safety of veterans and staff. Interested parties must respond to the Sources Sought Notice by emailing Danielle Carrico at danielle.carrico@va.gov no later than September 26, 2025, at 5 PM PT, providing necessary company information and capability statements.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Dept Of Defense
    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.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.
    Justification- Urgent Acquisition for Relocation, Reinstallation and Preventative Maintenance of Sterile Processing Equipment at Naval Hospital Twentynine Palms
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking a contractor for the urgent acquisition of relocation, reinstallation, and preventative maintenance services for sterile processing equipment at Naval Hospital Twentynine Palms, California. This requirement is classified as a one-time non-personal service and has been awarded as a firm-fixed-price contract to Advantage Biomedical Services, following the Simplified Acquisition Procedures due to the urgency of the need. The services are critical for maintaining the operational readiness and safety of medical equipment essential for patient care. For further inquiries, interested parties can contact Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil or by phone at 619-532-8098.
    6350--Portable Metal Detection System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Portable Metal Detection System for the VA Phoenix Health Care System, with a focus on small business participation. The procurement requires a system that meets specific performance criteria, including high sensitivity for detecting ferrous metals, adjustable thresholds, and durability for both indoor and outdoor use, while also ensuring compliance with major standards for walk-through metal detectors. This equipment is crucial for enhancing security measures within the healthcare facility. Interested vendors must submit their written offers by December 19, 2025, at 15:00 Pacific Local Time, and any questions regarding the solicitation should be directed to Contracting Officer Victor Oliveros at victor.oliveros@va.gov by December 16, 2025.
    Health Care Delivery Solutions (HCDS) Electronic Health Record Follow-on (MHS GENESIS)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking industry input for the Health Care Delivery Solutions (HCDS) Electronic Health Record (EHR) Follow-on (MHS GENESIS) procurement. This initiative aims to modernize the DoD's healthcare management system by enhancing interoperability, optimizing patient care, and leveraging commercial technology advancements while ensuring efficient integration with the Department of Veterans Affairs (VA). The procurement process is critical for maintaining a robust electronic health record system that serves approximately 9.6 million beneficiaries and 194,000 users. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by November 17, 2025, and can direct inquiries to Sonya Edom at sonya.m.edom.civ@health.mil or Gabriela Hurte at gabriela.y.hurte.civ@health.mil. The anticipated timeline includes a draft RFP in Q1 FY26 and contract awards by Q4 FY26.