NOTICE OF INTENT TO SOLE SOURCE: Inpatient Ward Access Controls
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Jul 23, 2024 08:49 pm EDT
- Original Response Date: Jul 29, 2024 10:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 13, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5340 - HARDWARE, COMMERCIAL
- NAICS Code:
- 334290 - Other Communications Equipment Manufacturing
- Place of Performance: Camp Lejeune , NC 28547USA
Description
NOTICE OF INTENT TO SOLE SOURCE: Inpatient Ward Access Controls
The Defense Health Agency Contracting Activity Southeastern Healthcare Operation Contracting Division intends to negotiate on a sole source basis (FAR 13.106-1(b)(1)), only one source. The proposed source is Johnson Controls, Inc (JCI) CAGE Code 32242, 507 E Michigan St, Milwaukee, Wisconsin 53202.
The Defense Health Agency Contracting Activity Southeastern Healthcare Operations Contracting Division has a requirement for door locking and unlocking hardware along with network connectivity to communicate with existing security software already established in the medical facility. The system must be compatible with the P2000 software, military issue Common Access Cards, and Personal Identity Verification cards. This requirement shall also include travel, labor, lodging, repair parts and other expenses.
Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. The vendor shall be required to provide documentation from the manufacturer stating the vendor is an authorized service provider on the required equipment/system. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.
There are no set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334290. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Lendorph Ramos at lendorph.e.ramos.civ@health.mil with the following information referenced in the subject line, HT940624Q0070 -Inpatient Ward Access Controls. Closing date for challenges is no later than 10:00AM Eastern Standard Time (EST) 29 July 2024 to the above listed contact. No phone calls will be accepted. The interested parties bear full responsibility to ensure complete transmission and timely receipt.
Attachments/Links
Contact Information
Primary Point of Contact
- Lendorph Ramos
- lendorph.e.ramos.civ@health.mil
Secondary Point of Contact
History
- Aug 13, 2024 11:55 pm EDTPresolicitation (Original)