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
INFANT SECURITY SYSTEM
Buyer not available
The Department of Defense, specifically the Air Force Test Center at Eglin AFB, Florida, is seeking quotes for a TURNKEY Infant Security System under solicitation number FM2823-25-Q-6001. This procurement aims to enhance safety measures for newborns by implementing a comprehensive system that includes real-time location tracking, automated lockdown capabilities, and extensive monitoring, alongside installation services and clinical education. The selected system must comply with rigorous security standards and integrate seamlessly with existing hospital protocols, ensuring reliability and uninterrupted operation. Interested small businesses must submit their quotes by April 28, 2025, and are encouraged to attend a site visit on April 22, 2025, to better understand the installation requirements. For further inquiries, contact Wilma “Kat” Snider at wilma.snider@us.af.mil or Jeremy Rennahan at jeremy.rennahan.1@us.af.mil.
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.
CAC Badge Reader and Camera Upgrade
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is soliciting bids for the installation and upgrade of badge readers and internal cameras as part of the NACABS-CU project in Orlando, Florida. This procurement involves the installation of government-furnished badge readers, reprogramming of LENEL panels, and the replacement of outdated internal cameras, with a focus on enhancing security infrastructure to accommodate Common Access Cards and PIVs. The project is critical for modernizing access control systems across various facilities, ensuring compliance with government standards, and improving overall security measures. Interested contractors must submit their quotes by April 25, 2025, with a contract award anticipated by May 12, 2025, and all work to be completed by September 15, 2025. For inquiries, contact Madeline R. Jackson at madeline.r.jackson@us.navy.mil or Tony Pham at chi.t.pham@navy.mil.
TEMPERATURE AND OTHER ENVIRONMENTAL CONTROL MONITORING SERVICES
Buyer not available
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.
J063--Add PACS to Entrance Doors
Buyer not available
The Department of Veterans Affairs is seeking a contractor to enhance security at the Fayetteville VA Medical Center by adding a Physical Access Control System (PACS) to three existing entry doors in the Radiology area. This procurement aims to improve safety measures within the facility, reflecting the importance of robust security systems in healthcare environments. The solicitation, identified as 36C24625Q0495, is expected to be issued around March 14, 2025, with the applicable NAICS Code being 561216 and a size standard of $25 million. Interested parties should direct all inquiries and responses via email to Contracting Specialist Patsy Simpson at Patsy.Simpson@va.gov, as telephone requests will not be accepted.
Access Control/Intrusion Detection System
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the installation of an Access Control and Intrusion Detection System (ACS/IDS) at Building 235 of Naval Support Activity Annapolis, Maryland. This procurement aims to furnish, outfit, and install a brand name system, specifically Honeywell International Inc.'s Lenel products, to ensure compatibility with existing security measures and compliance with regulatory standards. The initiative is critical for enhancing building security and addressing vulnerabilities, with a focus on supporting small business participation, particularly service-disabled veteran-owned and economically disadvantaged women-owned small businesses. Proposals are due by April 16, 2025, with inquiries accepted until April 11, 2025; interested parties can contact Justin Clark at justin.t.clark6.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil for further information.
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.
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.