Preventative Maintenance and Emergency On-Call Services for Physical Security CCTV Platform
ID: HT941024N0157Type: Special Notice
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
    Description

    The Defense Health Agency (DHA) intends to award a sole-source contract to IDEAL SYSTEM SOLUTIONS, INC. for preventative maintenance and emergency on-call services for the Physical Security CCTV Platform at the Naval Medical Center San Diego. This firm-fixed-price contract will encompass all necessary personnel, equipment, supplies, and services required to maintain and repair the security systems, with a performance period from September 30, 2024, to September 29, 2026, including both a base year and options. Interested vendors are invited to submit capability statements detailing their qualifications, with a deadline for challenges set for 1600 Pacific Standard Time on September 17, 2024. For further inquiries, vendors may contact Danielle M Zulfer at danielle.m.zulfer.civ@health.mil or Mariangela Monsalve at mariangela.j.monsalve.civ@health.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Defense Health Agency Contracting Activity intends to award a sole-source contract to IDEAL SYSTEM SOLUTIONS, INC. for preventative maintenance and emergency on-call services at the Naval Medical Center San Diego. This firm-fixed-price contract aligns with Federal Acquisition Regulation guidelines, specifically citing only one source capable of fulfilling the government’s needs. The services encompass all necessary personnel, equipment, and supplies over a contract period from September 30, 2024, to September 29, 2026, which includes both a base year and options. The contract provisions include preventative maintenance and emergency on-call visits, with some tasks structured as time and materials basis. Interested vendors can submit capability statements detailing their qualifications; however, submissions only posing questions will not be regarded as valid responses. The government reserves the right to determine whether to proceed with a competitive procurement or finalize the sole-source contract. Challenges to this requirement must be submitted by 1600 Pacific Standard Time on September 17, 2024.
    Similar Opportunities
    J065--Pyxis Medication & Supply Dispenser Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to CareFusion Solutions, LLC for the maintenance of Pyxis Medication & Supply Dispenser systems at the James A. Haley Veterans Hospital in Tampa, Florida. This contract will encompass a one-year service agreement requiring factory-trained engineers to perform preventive maintenance, certification, and repair, as CareFusion is the exclusive authorized service provider for Pyxis equipment. The maintenance of these systems is critical for ensuring the efficient and safe dispensing of medications in a healthcare setting. Interested parties, particularly service-disabled veteran-owned and other small businesses, must demonstrate their qualifications and submit required documentation by September 23, 2024, at 3:00 PM EST to the Contract Officer, Walida Moore-Saintil, at Walida.MooreSaintil@va.gov. The NAICS code for this procurement is 811210, with a size standard of $34 million.
    J065--Arxium Pharmacy Optifill Preventative Maintenance Base + 1
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract to ARxIUM, Inc. for preventative maintenance and technical support services for ARxIUM equipment at the VA Pacific Island Health Care System. The contract will provide 24/7 technical support and maintenance, with a total estimated value of up to $250,873.88 for a base year and one optional year, covering the period from October 1, 2024, to September 30, 2025. This procurement is justified under U.S.C. 253(c)(1) as ARxIUM's services are deemed to best meet the Government's needs, and interested vendors must demonstrate their authorization to perform these services by responding by September 23, 2024, at 1:00 PM Pacific Standard Time. For further inquiries, interested parties may contact Contract Specialist Durell Salaz at durell.salaz@va.gov or by phone at 209-304-5880.
    Dry-Ice Nuggets
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Lake Boone Ice Company, LLC, for the supply and installation of audio and video equipment. This procurement will be established as a firm fixed price Blank Purchase Agreement (BPA), covering a Base Period from September 30, 2024, to September 29, 2025, with four additional option periods extending to September 29, 2029. The decision for a sole source award is based on the determination that only one source is reasonably available to meet the agency's requirements, as outlined in Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i). Inquiries regarding this notice should be directed to Rhonda Cato at rhonda.r.cato.civ@health.mil, as this notice does not serve as a request for competitive quotes and no solicitation is available.
    Redacted EFO DHA FE HQ Facilities Operations Branch (FOB) Support
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking to contract NIKA Technologies, Inc. for Facilities Operations Branch Support Services at the Defense Health Agency (DHA) Facilities-Enterprise Headquarters in San Antonio, Texas. This non-competitive Task Order is justified under urgent needs for facility operations, as delays could critically hinder medical care for service members, necessitating immediate technical and administrative support for Military Treatment Facilities globally. The contract is set to commence on August 5, 2024, for a four-week performance period, with the urgency of the requirement underscoring the importance of compliance with Joint Commission standards and operational safety. Interested parties can contact Jasmine Jackson at Jasmine.N.Jackson@usace.army.mil or by phone at 256-895-1309 for further details.
    Analyst Work Station MRI 3D Imaging Capable Computer
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of Analyst Workstations capable of MRI 3D imaging for use at the Walter Reed National Military Medical Center (WRNMMC). This combined synopsis/solicitation, identified as RFQ 12170037, is specifically set aside for small businesses under the NAICS code 334111, and requires detailed pricing and compliance with technical specifications for essential computer components, including a Seasonic power supply, Intel i9 processor, Nvidia RTX graphics card, and a 2TB SSD. The procurement aims to enhance medical imaging capabilities, ensuring compliance with federal regulations while supporting small business participation in government contracting. Proposals are due by September 24, 2024, and interested vendors should direct inquiries to Contract Specialist Matthew S. Tsueda at Matthew.S.Tsueda.Ctr@Health.Mil or by phone at 907-201-0308.
    Reference Laboratory Testing Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract for Reference Laboratory Testing Services to Diagnostic Laboratory Services, Inc. This contract will support the Laboratory Department at Naval Hospital Guam by providing comprehensive diagnostic testing and specialized laboratory services, including blood tests, genetic testing, and microbiology, which are critical for ensuring timely and accurate patient diagnoses. The contract is set to begin on September 19, 2024, with options for extension through September 30, 2026, and interested vendors must submit capability statements by 1:00 PM Pacific Daylight Time on September 12, 2024, to Merlinda Labaco at merlinda.m.labaco.civ@health.mil for consideration.
    Intent to sole source Biomerieux Vitek2 Preventative maintenance and Consumables
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Biomerieux Japan Ltd. for the supply of specific VITEK 2 test cards and annual preventive maintenance services for the U.S. Naval Hospital Yokosuka and Branch Health Clinic Iwakuni in Japan. The procurement includes a delivery schedule spanning fiscal years 2025 to 2027, detailing quantities for three types of test cards essential for laboratory analyses, along with maintenance for two Vitek 2 Compact Analyzers. This contract is critical for ensuring effective healthcare delivery to U.S. Forces Japan personnel, and interested vendors may submit technical capability statements by 07:00 a.m. Pacific Time on 23 September 2024, to Raphael Badagbor at raphael.k.badagbor.civ@health.mil, as no competitive proposals will be solicited.
    Contracting and Acquisition Support Services (CASS) - Pre-Solicitation Conference
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to establish a single-award indefinite-delivery indefinite-quantity (IDIQ) contract for Contracting and Acquisition Support Services (CASS), valued at up to $225 million. This contract aims to provide cohesive and integrated support services essential for the DHA's operational requirements, ensuring efficient management of contracting processes and adaptability to changing needs. The selected contractor will play a critical role in streamlining workflows and enhancing efficiency, as the DHA has determined that a single contractor is necessary to prevent disruptions associated with multiple-award contracts. Interested parties can contact Pamela Bryerton at pamela.j.bryerton.civ@health.mil or Stephani Preusser at stephani.n.preusser.civ@health.mil for further information, with the contract period running from February 15, 2025, to February 14, 2030, and a possible extension thereafter.
    H399--DSS VISTA CHEMOTHERAPY SOFTWARE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to issue a sole-source contract for VISTA Chemotherapy Software services with Document Storage Systems, Inc. (DSS). The contract aims to ensure the software's optimal functionality at the Southeast Louisiana Veterans Health Care System for a base period of six months, with an option for an additional six-month extension. This procurement is critical as DSS is identified as the only viable provider due to the unique characteristics of the software required for effective operation. Interested parties must submit their capabilities statements by October 1, 2024, to Marcus Sidney at marcus.sidney@va.gov, and must be registered with the System for Award Management (SAM) to be eligible for the contract.
    CCTV Camera and System Repairs, USNS JOHN LEWIS
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY The Military Sealift Command (MSC) Ship Support San Diego intends to award a Firm-Fixed Price (FFP) contract for Sidus Solutions CCTV Camera and System Repairs aboard the USNS JOHN LEWIS. This contract is scheduled to be performed from 25 June 2025 to 31 July 2024. The purpose of this procurement is to repair the CCTV camera and system on the USNS JOHN LEWIS, a military vessel operated by the MSC. The CCTV camera and system are essential for surveillance and monitoring purposes, ensuring the safety and security of the ship and its crew. Interested parties are invited to express their interest and outline their capabilities and qualifications to perform the repairs. Respondents must provide level of effort and dollar estimates to demonstrate their understanding of the equipment's design. Written responses are required, and oral communications will not be accepted. To express interest and provide qualifications, interested parties should contact James Davenport, the primary point of contact at the MSC, via email at james.r.davenport60.civ@us.navy.mil no later than 11:00 AM PST on June 24, 2024. For further information and to submit a response, please refer to the contact details below: Point of Contact: James Davenport Military Sealift Command- SSU SD N104D, Contracts 140 Sylvester Road, Bldg 570 San Diego, California 92106 Office: (619) 524-9688 This procurement notice is not a request for competitive proposals, but interested parties with the capability to meet the requirements are encouraged to respond. The Government will evaluate the capabilities and qualifications of the respondents to determine whether to conduct the procurement on a competitive basis. The final decision to compete or not will be at the discretion of the Government.