FY25 Conexus Follow On
ID: W911RX25QA019Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT RILEYFORT RILEY, KS, 66442-0248, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

IT AND TELECOM - STORAGE SUPPORT SERVICES (LABOR) (DK01)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the FY25 Conexus Follow On project, which involves maintenance services for the Plexus Vision system at Irwin Army Community Hospital in Fort Riley, Kansas. The contract requires contractors to provide personnel, equipment, and tools for system upkeep, including preventative maintenance, inspection, and 24/7 help desk support, all while ensuring compliance with cybersecurity regulations. This firm-fixed-price contract emphasizes the importance of operational reliability and security within a military healthcare environment, with a base year and four option years for continued support. Interested parties should contact Leah Sauceda-Jeppe at leah.c.sauceda-jeppe.civ@army.mil or 785-239-6378 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Conexus Plexus Asset Tracking System Maintenance contract at Irwin Army Community Hospital, Fort Riley, Kansas, outlines the provision of maintenance services for the Plexus Vision system and its associated components. This non-personal service contract requires contractors to deliver personnel, equipment, and tools necessary for system upkeep without government supervision. Key objectives include preventative maintenance, inspection, and help desk support, requiring 24/7 availability. The contractor must ensure compliance with cybersecurity regulations and possess necessary certifications to connect equipment to government networks. Quality control measures include an inspection program and corrective action procedures to maintain service standards. Specific tasks include on-site support, user training, and reporting of service outcomes. Further stipulations include adherence to security protocols, employee background checks, and non-disclosure of proprietary information. This firm-fixed-price contract spans a base year with four options, emphasizing ongoing maintenance and support for vital tracking systems within a military healthcare environment, underscoring the government's focus on operational reliability and security.
    Lifecycle
    Title
    Type
    FY25 Conexus Follow On
    Currently viewing
    Sources Sought
    Similar Opportunities
    Fort Riley Custodial Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at Fort Riley, Kansas, through a solicitation identified as W911RX25RA004. The procurement aims to secure comprehensive custodial and management services across approximately 130 facilities, covering over one million square feet, with a focus on maintaining cleanliness and compliance with federal standards. This contract, which includes a base year starting in June 2025 and options for up to four additional years, emphasizes the importance of high-quality cleaning standards, particularly in sensitive areas such as Child Development Centers, and requires adherence to performance work statements and quality control measures. Interested parties should submit their proposals by March 10, 2025, and can direct inquiries to the primary contact, Selvena Carter, at selvena.b.carter.civ@army.mil or by phone at 785-239-4616.
    FY25 FT Cavazos Preventive Maintenance Follow-On
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the FY25 Fort Cavazos Preventive Maintenance Follow-On project, which is a presolicitation opportunity. The contract will focus on providing comprehensive preventive maintenance services for the Directorate of Public Works at Fort Cavazos, Texas, requiring skilled labor and equipment to manage various maintenance tasks, including mechanical, plumbing, carpentry, and electrical work, while ensuring compliance with safety and environmental regulations. This contract is crucial for maintaining military infrastructure and operational continuity, with a set-aside designation under the 8(a) program to promote small business participation. Interested parties can reach out to Sheila Banks at sheila.a.banks.civ@army.mil or Christopher A. Richie at christopher.a.richie.civ@mail.mil for further details.
    CensiTrac Surgical Instrument Tracking System Annual Subscription Services at Brian D. Allgood Army Community Hospital, South Korea
    Buyer not available
    The Department of Defense seeks to award a firm-fixed price contract for annual subscription services related to the CensiTrac Surgical Instrument Tracking System at the Brian D. Allgood Army Community Hospital in South Korea. This system is essential for automating the tracking of surgical instruments and equipment, enhancing infection control, and providing data for performance analysis and improvement. The contract, planned to run from September 15, 2024, to September 14, 2025, aims to engage Censis Technologies, Inc. as the sole authorized provider of CensiTrac. The proposed contract covers software licensing, security, upgrades, and maintenance, ensuring efficient surgical instrument management and improved clinical outcomes. The Medical Readiness Contracting Office—Pacific encourages all responsible parties to submit capability statements or quotations for consideration. The procurement falls under the NAICS code 513210: Software Publishers, with an annual size standard of $47 million. If you wish to respond to this opportunity, ensure your submission is received by the agency prior to the deadline. For more information or clarifications, contact Scott Saito at scott.k.saito.civ@health.mil or via phone at 808-433-9512.
    General Pest Control, Ft Riley, KS
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Riley, Kansas, is seeking proposals from qualified small businesses for General Pest Control services. The contract, structured as an Indefinite Delivery-Requirements type, will cover a base period of one year starting April 21, 2025, with four optional years, focusing on implementing Integrated Pest Management (IPM) practices to ensure military readiness and personnel well-being. This procurement is critical for maintaining safe and pest-free environments across various military facilities, including non-family housing areas. Interested contractors must submit their proposals by February 22, 2025, and can direct inquiries to Patricia Barth at patricia.j.barth3.civ@army.mil.
    Grounds Maintenance Services at KS104 Dodge City, KS
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide grounds maintenance services at the Army Reserve facility KS104 in Dodge City, Kansas. The contract, valued at approximately $9.5 million, encompasses a range of services including lawn maintenance, weed control, and seasonal clean-up, with a performance period from April 1, 2025, to March 31, 2026, and options for four one-year renewals. This procurement is crucial for maintaining the aesthetics and functionality of government properties, ensuring compliance with federal regulations and standards. Interested parties should contact Michael Maggio at michael.a.maggio3.civ@army.mil for further details and to participate in the bidding process.
    DA10--DSS PYXIS Inpatient VistA Maintenance and Support VA St. Louis Healthcare System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide maintenance and support services for the DSS RX Pyxis Inpatient VistA Interface at the VA St. Louis Healthcare System. The procurement aims to ensure comprehensive software support, preventive maintenance, and parts supply for specific Document Storage Systems equipment, with services required during standard business hours and potential emergency support. This initiative is critical for maintaining the operational integrity of pharmacy procedures within the VA system, reflecting the government's commitment to reliable healthcare services. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses, must submit their capability statements and company information by February 20, 2025, with the contract anticipated to commence on August 10, 2025, for a duration of one year with possible extensions. For further inquiries, contact Maria Riza Owen at maria.owen2@va.gov or call 913-946-1122.
    Grounds Maintenance Services for KS065 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for grounds maintenance services at two Army Reserve facilities located in Pittsburg, Kansas. The procurement encompasses a range of services including lawn mowing, aeration, fertilization, weed control, and seasonal cleanups, structured under a non-personal services contract with a base period and four optional renewal years. This contract is vital for maintaining the aesthetic and functional quality of military facilities, ensuring compliance with federal standards and effective service delivery. Interested small businesses are encouraged to submit their bids by filling out the pricing schedule and adhering to the specified requirements, with a total estimated contract value of $9,500,000 and a performance period commencing on April 1, 2025. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    J065--NYH Arxium Optifill Maintenance and Service Contract
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole-source, firm-fixed price contract for the maintenance and service of ARxlUM OptiFill equipment at the New York Harbor Healthcare System, Brooklyn campus. This contract will cover essential services such as inspection, support, and repair of the OptiFill equipment, with a base year running from March 1, 2025, to February 28, 2026, and includes four additional option years. The ARxlUM OptiFill system is critical for the efficient operation of healthcare services, ensuring the reliability of medical equipment used in patient care. Interested parties may express their capability to respond by February 24, 2024, and must be registered in the System for Award Management (SAM) to be eligible for the award; inquiries can be directed to Contract Specialist Lee Kern at Lee.Kern@va.gov or by phone at 607-664-4748.
    Leica Hardware & Software Maintenance Plans
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Leica Hardware & Software Maintenance Plans through a presolicitation notice. The procurement aims to ensure the ongoing maintenance and support of Leica hardware and software systems, which are critical for various engineering and operational functions within the Army. These maintenance plans are essential for maintaining the reliability and efficiency of the Army's technological assets. Interested vendors should direct their inquiries to Deyonna R Poke at Cerl-CT-Quotes@usace.army.mil for further details regarding the submission process and any upcoming deadlines.
    FUSIONS II SUPPORT - 616 Operations Center - JBSA-Lackland - Request For Information (RFI)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry input through a Request for Information (RFI) for the FUSIONS II Support contract at the 616 Operations Center located at Joint Base San Antonio-Lackland, Texas. The procurement aims to identify potential vendors capable of providing critical services in Information Warfare Support, Datalink Support, Joint Interface Control Officer Support, and IT Software/Programming Support, with an estimated program ceiling of $500 million over five years. This initiative is vital for enhancing the U.S. Air Force's intelligence, surveillance, and reconnaissance (ISR) capabilities, ensuring effective command and control across various operational environments. Interested parties are encouraged to submit their capabilities and insights to Conner Nichols at conner.nichols@us.af.mil or by phone at 210-977-6304, with responses due as outlined in the attached RFI document.