Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2026 SAM #8810
SOURCES SOUGHT

J -- INFANT PROTECTION BANDS & MAINTENANCE SERVICE

Notice Date
1/7/2026 10:04:30 AM
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
W40M USA HCA JBSA FT SAM HOUSTON TX 78234-5074 USA
 
ZIP Code
78234-5074
 
Solicitation Number
W81K0426QA020
 
Response Due
1/28/2026 7:00:00 AM
 
Archive Date
01/29/2026
 
Point of Contact
cynthia a. Richardson-rhone, Phone: 9109079310, Jason Holck
 
E-Mail Address
cynthia.a.richardson-rhone.civ@health.mil, jason.t.holck.mil@health.mil
(cynthia.a.richardson-rhone.civ@health.mil, jason.t.holck.mil@health.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a Request for Information (RFI) � Sought Notice Only. This notice is issued solely for information and planning purposes only. 1. The US Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder; not responding to this notice does not preclude participation in any further RFQ; IFB or RFP if issued. 2. The associated North American Industry Classification System (NAICS) is 334290. The business size standard is 800 Employees. All contractors doing business with the Department of Defense shall be registered and approved through the System for Award Management (SAM). This is the Official U.S. Government system that consolidates the capabilities of CCR/FedReg, and EPLS. There is no fee to register for this site. Entities may register at no cost directly from this page. The proposed performance start date will be on or about 1 April 2026. The Solicitation number is W81K0426QA020. 3. Note � Prior to award your company shall reflect the NAICS Code 334290 identified on your SAM. If your company is interested in competing on this project, and have services, please submit the following documentation no later than 28 January 2026, 10:00 AM EST, to Cynthia A. Richardson-Rhone and Jason Holck at cynthia.a.richardson-rhone.civ@health.mil. All questions need to be submitted NLT 21 January 2026 by 3pm. Can you provide supply the following service: 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 equipment and server configurations. The basic service objective includes the following: Provide 24-hour / 7 days a week telephonic customer service line to assist with all complaints and service requests Provide access to all updates Provide zero cost replacement of faulty parts that fall under warranty. Provide on-call technician support where 24hr allowed response time for regular or routine service and 2 hour allowed response time for emergency service. Routine service designates day-time hours (0800 to 1600 hours) where system failure / error is causing a mild � moderate disruption of service. Emergency hours are designated after hours (1600 to 0800 hours) and / or when the failure / error is severely disrupting the system thus requiring rapid service. The rate of Routine and Emergency services will be determined at the initial solicitation which will be submitted. Rates shall be locked at the proposed amount and not subject to change. Contractor must take into consideration travel conditions and factor travel into the rate. Travel will not be billed separately. Provide one (1) annual comprehensive inspection (validation and system recertification) at no additional cost. Provide supply standard stock refurbishments at a locked in rate in order to continue to support the system. A standard set of refurbishments of consumable goods consist of one hundred (100) Infant transmitters supplied at least twice a year. Stock refurbishment will be supplied at the start of the contract and thereafter when required. Rates will be locked and not subject to change. Items will be delivered to the WAMC warehouse and invoice provided to the COR. Provide technician notes whenever repairs or inspections are performed that notes the action of the repair and any preventative maintenance that the technician may see. Technician notes will be kept in a binder that shall be left at WAMC for monthly review by the COR to keep track of services and necessary repairs. Scope: This non-personal, fixed price service contract shall allow any capable vendor / servicer who holds and maintains certifications in the system in order that work performed shall not void the software warranty, previous knowledge of WAMC and Fort Bragg, NC post, to perform maintenance and preventative service to and unto the infant protection system. Covered (warranty) Equipment List: 1. Six (6) Client Computers 2. One (1) Client only license (for the use of customer- supplied computers) 3. Six (6) card readers (for door or computer) 4. Fifteen (15) exit controllers (TECs/DEEACs) � actual number keypads 5. One hundred (100) alarming band receivers (ABRs) 6. Six (6) staff alert panels (SAP) 7. Six (6) quick looks (high visibility or standard) 8. Thirty-three (33) Code Locks � Double door items count as 2 9. One (1) QR devices (pull cords, call sets, universal, smoke, PIR, dome light) Your email response shall provide the following: Please ensure to address the below: Name of Company Point of contact Phone number Email address Identify Your Small Business Socio-Economic Group DUNS number and CAGE Code 4. This requirement No telephonic inquiries will be responded to. A solicitation will be posted within 2-3 weeks www.Sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d907b413d5ff4852806b6e5670d7fcc5/view)
 
Place of Performance
Address: Fort Bragg, NC 28310, USA
Zip Code: 28310
Country: USA
 
Record
SN07680261-F 20260109/260107230036 (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.