Turnkey Patient Wi-Fi services
ID: HT940625Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Wireless Telecommunications Carriers (except Satellite) (517112)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for turnkey patient Wi-Fi services at the Naval Health Clinic Charleston (NHCC) in South Carolina. The procurement aims to establish a firm fixed price contract for the installation, integration, and ongoing technical support of Wi-Fi services across three buildings, with a focus on minimizing disruption to clinic operations and providing training for eight users. This initiative is crucial for enhancing patient experience and operational efficiency through improved technological infrastructure. Interested contractors must submit their quotes electronically by the specified deadline, with the contract expected to commence on February 1, 2025, and include a base year plus four option years. For further inquiries, contact Andrew Pounds at andrew.j.pounds2.civ@health.mil or Yuleiny Garcia at yuleiny.garciacontreras.civ@health.mil.

    Files
    Title
    Posted
    The document outlines a Federal Request for Proposal (RFP) for turnkey patient Wi-Fi services at the Naval Health Clinic Charleston (NHCC), planned to commence on February 1, 2025, and extend through multiple option years. The project requires the contractor to deliver installation, integration, and technical support across three specified buildings, ensuring minimal disruption to operations. Key requirements include the provision of all related personnel, equipment, and materials, as well as training for eight users. The procurement follows Federal Acquisition Regulation guidelines and intends to award the contract to the lowest price, technically acceptable offer. Offerors must submit their best proposals upfront, ensuring adherence to specified criteria. The document emphasizes clear communication protocols, submission requirements, and compliance with various federal regulations relevant to contracting and telecommunications. It also details the necessity for maintaining quality standards throughout the service delivery, underscoring the government’s focus on effective and compliant Wi-Fi service implementation. Overall, this RFP represents the government's commitment to improving patient experience and operational efficiency through enhanced technological infrastructure.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Y1DA--FY25: NRM (PROJ: 673-25-704) EHRM Installation of Next-Gen Wi-fi – Tampa, FL
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the installation of Next-Gen Wi-Fi at the James A. Haley Veterans Affairs Medical Center in Tampa, Florida. The project involves providing and installing conduit, raceways, horizontal and vertical penetrations, and fire stopping to support the Wi-Fi installation, as detailed in the project drawings and specifications. This procurement is significant as it enhances the medical center's technological infrastructure, ensuring better connectivity for veterans' services. The anticipated solicitation posting date is late January 2024, with a contract value estimated between $500,000 and $1 million. Interested contractors should contact Contract Specialist David Hernandez at david.hernandez1@va.gov or call 813-893-3904 for further details.
    Y1JZ-- 659-22-704 | EHRM Installation NextGen Wifi |
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the installation of NextGen Wifi at the W.G. Hefner VA Medical Center in Salisbury, NC. The project requires contractors to provide all necessary labor, materials, tools, equipment, and supervision for the installation of conduits for future access point drops across multiple designated locations within the facility. This initiative is part of a broader effort to enhance healthcare infrastructure and connectivity while ensuring minimal disruption to hospital operations. Interested contractors should contact Contracting Officer Sean A. Cosby at Sean.Cosby@va.gov, with a performance period of 125 calendar days from the Notice to Proceed, and a focus on adhering to safety and operational protocols throughout the construction process.
    Direct Healthcare Providers-Pain Initiative-Walter Reed National Military Medical Center
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for a hybrid Personal and Non-Personal Services contract to provide direct healthcare support for the National Capital Region Pain Initiative at Walter Reed National Military Medical Center in Bethesda, Maryland. The contract requires a range of healthcare professionals, including Clinical Pharmacists, Medical Clerks, Pain Nurses, and a Licensed Clinical Social Worker, to enhance patient care and support pain management initiatives. This procurement is particularly significant as it aims to improve healthcare delivery within military medical facilities, ensuring that qualified personnel are available to meet the needs of service members. Interested contractors must submit their proposals by October 18, 2024, and can direct inquiries to James Illes at james.l.illes.civ@health.mil or Edgar DuChemin at edgar.r.duchemin.civ@health.mil for further information.
    Women's Health Quality Improvement
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) is soliciting proposals for Women's Health Quality Improvement support services, specifically aimed at enhancing perinatal care within Medical Treatment Facilities serving TRICARE beneficiaries. The primary objective of this procurement is to evaluate women's health outcomes against established civilian benchmarks, thereby improving the quality of healthcare services provided to women. This initiative is critical for ensuring that healthcare delivery meets high standards and addresses the specific needs of women, particularly in maternity and neonatal care. Interested small businesses must submit their proposals by November 12, 2024, with the contract anticipated to commence on December 3, 2024, and extend through October 2, 2029. For further inquiries, potential bidders can contact Crystal Randolph at crystal.d.randolph.civ@health.mil or Cherish Young at cherish.d.young2.civ@health.mil.
    HPE Aruba Brand Name Wireless Access Points and Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is seeking capable sources to provide Hewlett Packard Enterprise (HPE) Aruba brand name wireless access points (WAPs) and associated equipment, along with a subscription service for 24x7 technical support. The procurement aims to enhance the onboard Wi-Fi network of the USS Carl Vinson (CVN-70), which serves approximately 5,000 personnel, by acquiring 60 additional Aruba WAPs and necessary accessories to ensure reliable connectivity for operational tasks. Interested small businesses are invited to submit a capabilities statement and feedback on the draft Statement of Work by 21 October 2024, with the anticipated award date set for 28 October 2024. For further inquiries, contact Ms. Chelsey Hernandez-Guevara at chelsey.l.hernandez-guevara.civ@us.navy.mil.
    PROVIDE, INSTALL AND MAINTAIN A 10GB ETHERNET PT TO PT CIRCUIT BETWEEN A. JOINT PATHOLOGY CENTER (JPC) AT FOREST GLEN ANNEX IN SILVER SPRING, MD/CCI AND B. WALTER REED NATIONAL MILITARY MEDICAL CENTER (WRNMMC) BETHESDA, MD/CC2
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the provision, installation, and maintenance of a 10GB Ethernet point-to-point circuit between the Joint Pathology Center (JPC) at Forest Glen Annex in Silver Spring, MD, and the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, MD. This procurement aims to enhance telecommunications capabilities, ensuring reliable and efficient connectivity for critical medical and pathology services. The solicitation is issued as a request for quote (RFQ), with the evaluation process based on the lowest price technically acceptable (LPTA) criteria. Interested vendors must submit their quotes by the specified due date, and for further inquiries, they can contact Benjamin Sparlin or Angelina Hutson via email.
    Redacted EFO DHA FE HQ Facilities Operations Branch (FOB) Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is seeking to procure Facilities Operations Branch Support Services for the Defense Health Agency (DHA) at its Facilities-Enterprise Headquarters in San Antonio, Texas. This procurement involves a non-competitive Task Order awarded to NIKA Technologies, which will provide essential project support services for a six-month period, from September 10, 2024, to March 9, 2025, to maintain over 200 Military Treatment Facilities (MTFs). The urgency of this requirement is underscored by the critical nature of the services, which are vital for ensuring patient care and the operational effectiveness of the Department of Defense. Interested parties can reach out to Jasmine Jackson at Jasmine.N.Jackson@usace.army.mil for further information regarding this total small business set-aside opportunity.
    18 NIPR DROPS BLDG 9098 CDC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to install 18 NIPR drops at Building 9098, CDC, Schofield Barracks, Hawaii. The contractor will be responsible for providing personnel, materials, tools, and equipment necessary for the installation, adhering to TIA standards and NEC Standardized Labeling Program. This project is critical for enhancing telecommunications capabilities within the facility, ensuring compliance with safety and security protocols, including antiterrorism training and IWATCH program participation. Interested parties must submit their quotes by the specified deadline, and a site visit is scheduled for October 28, 2024. For further inquiries, contact Chris Doyle at christopher.s.doyle.civ@army.mil or Alan Henrichson at alan.l.henrichson.civ@army.mil.
    Health Technology Capability Statement Collection
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is issuing a Request for Information (RFI) to collect contractor capability statements related to Defense Health Information Technology (IT). This initiative aims to evaluate vendors' capabilities as the sector evolves with emerging technologies, particularly focusing on the integration of Artificial Intelligence (AI) to enhance procurement decisions for fiscal year 2025. The RFI emphasizes the importance of fostering innovation and industrial health within the Defense Health IT sector, encouraging contractors to submit existing materials that outline their experience, skills, and relevant certifications in PDF format. Interested parties must submit their capability statements by December 31, 2024, at 11:59 PM Eastern Time, and can contact Sharjeel Javaid at sharjeel.j.javaid.civ@health.mil for further information.
    SUBMIT A QUOTE TO PROVIDE, INSTALL, AND MAINTAIN A 1GB DEDICATED ETHERNET SVC BETWEEN BLDG NAVY SHELTER; RM 1; FL 1; MT OCTOPUS , FORKS, WA 98331 AND BLDG 975, RM 101, 3565 NORTH LANGLEY BLVD, WHIDBEY ISLAND NAS, OAK HARBOR, WA 98278.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting quotes for the provision, installation, and maintenance of a 1GB dedicated Ethernet service between two locations: the Navy Shelter in Forks, WA, and Building 975 at Whidbey Island NAS, Oak Harbor, WA. This procurement aims to enhance telecommunications capabilities, ensuring reliable network access for military operations. The selected contractor will be required to comply with various federal acquisition regulations and submit detailed pricing for both recurring and non-recurring charges. Quotes are due by November 11, 2024, at 4:00 PM CST, and interested parties should contact Maxwell Jones at maxwell.s.jones.civ@mail.mil for further information.