Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2025 SAM #8587
SOURCES SOUGHT

J -- WAMC Infant Protection Maintenance Service Contract

Notice Date
5/29/2025 7:29:25 AM
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
W40M MRCO EAST FORT BELVOIR VA 22060-5580 USA
 
ZIP Code
22060-5580
 
Solicitation Number
W91YTZ25RA026
 
Response Due
6/10/2025 1:00:00 PM
 
Archive Date
06/10/2025
 
Point of Contact
Frank Fogg, Phone: 9109077164, Michael J. McCollum, Phone: 7037851159
 
E-Mail Address
frank.a.fogg.civ@health.mil, michael.j.mccollum12.civ@health.mil
(frank.a.fogg.civ@health.mil, michael.j.mccollum12.civ@health.mil)
 
Description
infant protection maintenance services on and to RF Technology equipment and other related equipment that are vital to the SafePlaceTM security system. This contract for SafePlace� products, compatible configuring items, security related equipment, and includes non-personal servicing requiring a one (1) year limit warranty on all software, hardware, and work performed at WAMC per medical center protocol. The equipment desired must be same or equal quality of RF Technology�s SafePlace� with compatible products. This contract shall provide 24x7 user support; software maintenance updates; one (1) annual comprehensive inspection, performance validation and system re-certification; zero cost repairs of parts, components, and equipment that are under warranty; and on-call maintenance service for routine and emergency repairs. Contractor may receive a call back at any point to service any component or SafePlace related equipment that has malfunctioned or failed. Call backs shall be done at no cost to the government. This non-personal service and fixed purchased price contract may be awarded to any vendor with the qualifying features as follows: a) Contractor must be within 300 geographical miles from the place of service as WAMC desires rapid response times for service no less than 2 hrs. b) Contractor must be familiar with government contracts and has a prior good service record with the US government. c) Contractor is certified with RF Technologies, and able to service their equipment without voiding any warranties. d) Contractor must maintain a standard set of security protocols that are in compliance with WAMC and Fort Bragg policy for operations security, information security, and physical security. Security protocol shall be provided to the MEDCEN for approval prior to the acceptance of the servicer. Contractor must be able to supply work equipment and provide service. Contractor should abide by all provisions in the contract as noted. All work for this project will be performed at the WAMC campus and no other locations. COMPATIBILITY. All equipment, software and hardware must be compatible with the existing equipment and software. All equipment software and hardware must possess the capability to feed back to the WAMC�s security suite. All equipment and updates must be compatible with existing RF Technology equipment and server configurations.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7de51257e7e84273a9a25a132e952f83/view)
 
Place of Performance
Address: Fort Bragg, NC 28310, USA
Zip Code: 28310
Country: USA
 
Record
SN07460344-F 20250531/250529230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.