Patient Security System
ID: HT940625Q0011Type: Combined Synopsis/Solicitation
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
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 2:00 PM UTC
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 of this procurement is to replace the existing PSS with a new system designed to prevent infant abduction, which includes features such as robust monitoring, waterproof infant monitoring bands, alarms for security breaches, and a fail-secure operation mode. This initiative underscores the critical importance of enhancing healthcare security within the facility, ensuring the safety of vulnerable patients. Interested vendors must submit their quotations by 10:00 AM Eastern Time on April 28, 2025, and can direct inquiries to Heather Clipson or Carrie Gaither via their respective emails for further information.

Point(s) of Contact
Files
Title
Posted
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.
Mar 27, 2025, 4:05 PM UTC
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.
Mar 27, 2025, 4:05 PM UTC
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
Combined Synopsis/Solicitation
Similar Opportunities
Interactivation Health Networks, LLC WebMD Ignite- Newborn Channel Subscription Services
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking a contractor to provide annual subscription services for The Newborn Channel Television Network at Naval Hospital Jacksonville and Naval Branch Health Clinic Mayport. This service aims to deliver educational video content focused on infant care and postpartum tips for new mothers prior to their discharge from the hospital, ensuring compliance with postnatal discharge requirements. The subscription will cover a base period from October 1, 2025, to September 30, 2026, with four optional periods extending until March 31, 2031. Interested contractors must ensure their services are approved by the DHA and comply with federal regulations, with contact inquiries directed to April Gillespie at april.m.gillespie2.civ@health.mil or Jessica Horst at jessica.l.horst5.civ@health.mil for further coordination.
Urology Laser, Extra-Corporeal Shockwave Lithotripter and MRI-Ultrasound Fusion Services
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking quotations for Urology Laser, Extra-Corporeal Shockwave Lithotripter, and MRI-Ultrasound Fusion services to be provided at the Naval Hospital in Jacksonville, Florida. The procurement aims to secure advanced medical services, including on-site laser operations, lithotripter services, and imaging support for targeted prostate biopsies, all utilizing FDA-approved equipment compatible with existing hospital systems. This initiative is critical for ensuring the healthcare needs of military personnel are met with high-quality medical services over a multi-year period, from October 1, 2025, to September 30, 2030, with options for extension until March 31, 2031. Interested vendors should submit electronic offers and can contact Ryan Poe at ryan.t.poe.civ@health.mil for further information.
Facility Badge-In System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to implement a Facility Badge-In System at MacDill Air Force Base in Tampa, Florida. This initiative aims to replace an outdated ID badging system with a modern solution that includes the installation of 22 HID card readers and seven updated network cameras to enhance security and access control for Department of Defense assets. The project emphasizes compatibility with the DoD Common Access Card, independent operation from external networks, and centralized management capabilities, while also ensuring user privacy and providing technical support and training. Interested small businesses must submit their capabilities packages by April 9, 2025, to Jon Soucy at jon.soucy@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil, as part of a total small business set-aside program under NAICS Code 334290.
TEMPERATURE AND OTHER ENVIRONMENTAL CONTROL MONITORING SERVICES
Buyer not available
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 the contractor to provide maintenance, technical support, and user training for an existing government-owned monitoring system, which includes 1,200 inputs across seven management nodes, ensuring compliance with regulatory standards from organizations such as the FDA and The Joint Commission. This procurement is critical for maintaining operational capacity and health standards at military medical facilities, with a contract period from May 1, 2025, to April 30, 2026, and four option years. Interested parties must submit their proposals by April 15, 2025, and can contact Judith S. Meynard at Judith.S.Meynard.ctr@health.mil or Erica S. Oh at erica.s.oh.civ@health.mil for further information.
6515--664-25-2-072-0059 NEW Patient Monitoring System Upgrade/ Nursing/ EER 664-25-2-072-0059 (VA-25-00056449)
Buyer not available
The Department of Veterans Affairs (VA) is seeking qualified contractors to upgrade the Philips PIIC iX Patient Monitoring System to Revision 4 at the San Diego VA Healthcare System. This procurement involves providing all necessary labor, parts, and supervision to ensure the successful installation, configuration, validation, support, and maintenance of the upgraded system, which is critical for enhancing patient monitoring capabilities within the facility. Interested contractors, particularly small businesses and veteran-owned entities, must respond to this Sources Sought Notice by April 11, 2025, with detailed company information and relevant experience, and are reminded to register in the System for Award Management (SAM) to participate. For further inquiries, interested parties can contact Contract Specialist Jose Espinoza at jose.espinoza3@va.gov.
Xray System
Buyer not available
The Department of Defense, through the Naval Medical Research Center, is soliciting quotes for the procurement of a HI-SCAN 6040C X-Ray Inspection System, with a firm fixed-price contract to be awarded based on the lowest price technically acceptable. The contract requires the contractor to provide all necessary engineering, labor, materials, and equipment for the installation of the new X-ray machine, which must meet specific technical specifications, including a 160kV generator and advanced imaging functions, while also ensuring compliance with local, state, and federal regulations. This procurement is critical for maintaining operational efficiency and safety standards within the facility, emphasizing the importance of timely installation and ongoing maintenance, including a five-year warranty and annual checks. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Deborah Sharpe or Steph Gray via their provided email addresses, with the solicitation effective from April 25, 2025, and delivery required by May 2, 2025.
RFI- Hospital Specialty Beds
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is conducting a Request for Information (RFI) to explore market options for specialty hospital beds and accessories, specifically for the Naval Medical Center San Diego (NMCSD). The RFI aims to assess the availability of responsible sources and inform future contract awards, potentially favoring small business set-asides, with a focus on various specialized beds equipped with therapeutic features such as pulsation therapy and rehabilitation capabilities. These specialty beds are crucial for enhancing patient care and safety in hospital settings. Interested vendors are encouraged to submit their capabilities and product specifications electronically by May 29, 2025, to Cheryl Mercado at cheryl.m.mercado.civ@health.mil, with a submission limit of 10 pages.
Y--P114 MEDICAL CENTER ADDITION/ALTERATION (MCAA) AT NAVAL SUPPORT ACTIVITY BETHESDA
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is procuring various items for the P114 MEDICAL CENTER ADDITION/ALTERATION at WALTER REED NATIONAL MILTIARY MEDICAL CENTER (WRNMMC). The items include a Distributed Antenna System (DAS) by Comm Scope, a Fire Alarm System by Honeywell and Notifier, an Internet Protocol Television (IPTV) by VBrick, Key Locks by Medeco Keymark X4, MRI Equipment by GE Healthcare, a Nurse Call System by Hill-Rom Navi-Care Nurse Call, a Pneumatic Tubes System by Pevco Systems International, Radio Paging by TOA Electronics, Surgical Lights by Marquet and Storz, Security Components by Lenel, Inovonics, United Security Products, and Stanley Security Solutions. These items are typically used for enhancing communication, security, and medical procedures at the medical center.
Systems, Engineering, and Integration Support
Buyer not available
The Defense Health Agency (DHA) is seeking information from potential contractors for Systems Engineering and Integration (SE&I) Support Services through a Request for Information (RFI). The primary objective is to identify qualified vendors capable of fulfilling the requirements outlined in a draft Performance Work Statement (PWS), which includes enhancing DHA's IT systems, particularly the Electronic Health Record (EHR) for military health services, and ensuring compliance with cybersecurity standards. This initiative is part of market research to inform future procurement strategies, with an anticipated contract comprising a twelve-month base period and optional extensions. Interested parties must submit their responses by April 10, 2025, and can direct inquiries to Saera Khan at saera.khan.civ@health.mil or Marcus Riley at marcus.j.riley3.civ@health.mil.
BPA - Alarm, Signal and Security Detection Systems PSC 6350
Buyer not available
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.