INFANT PROTECTION BANDS & MAINTENANCE SERVICE
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, W40M USA HCA, is issuing a Request for Information (RFI) / Sources Sought for Infant Protection Bands & Maintenance Service at Fort Bragg, NC. This notice is for information and planning purposes only, seeking capabilities for a non-personal, fixed-price service contract. The proposed performance start date is April 1, 2026. Responses are due by January 28, 2026, at 10:00 AM EST.
Scope of Work
This requirement is for maintenance and preventative services for an existing infant protection system. The scope includes:
- 24/7 telephonic customer service for complaints and service requests.
- Provision of all system updates.
- Zero-cost replacement of faulty parts under warranty.
- On-call technician support with a 2-hour response time for emergency service (after hours/severe disruption) and 24-hour response time for routine service (day-time/mild-moderate disruption).
- One (1) annual comprehensive inspection (validation and system recertification) at no additional cost.
- Supply of standard stock refurbishments, including one hundred (100) infant transmitters supplied at least twice a year, at a locked-in rate.
- Provision of technician notes for repairs and preventative maintenance. All equipment, software, and hardware must be compatible with existing systems and the WAMC's security suite. Vendors must hold and maintain certifications to avoid voiding software warranties.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- NAICS Code: 334290 (Business Size Standard: 800 Employees)
- Product Service Code: J063 - Maintenance, Repair And Rebuilding Of Equipment: Alarm, Signal, And Security Detection Systems
- Proposed Performance Start: On or about April 1, 2026
- Response Due: January 28, 2026, 10:00 AM EST
- Questions Due: January 21, 2026, by 3:00 PM EST
- Published: January 7, 2026
Submission Requirements
Interested companies should submit the following documentation via email to Cynthia A. Richardson-Rhone (cynthia.a.richardson-rhone.civ@health.mil) and Jason Holck (jason.t.holck.mil@health.mil):
- Confirmation of ability to provide the described service.
- Details on equipment, software, and hardware compatibility.
- Company Name, Point of Contact, Phone Number, Email Address.
- Identification of Small Business Socio-Economic Group.
- DUNS number and CAGE Code.
- Note: Prior to award, your company must reflect NAICS Code 334290 on SAM.
Covered Equipment
The service covers maintenance for equipment including: Six (6) Client Computers, One (1) Client-only license, Six (6) card readers, Fifteen (15) exit controllers, One hundred (100) alarming band receivers, Six (6) staff alert panels, Six (6) quick looks, Thirty-three (33) Code Locks, and One (1) QR device.
Additional Notes
This is for information and planning only; the government will not pay for responses. Not responding does not preclude participation in future solicitations. No telephonic inquiries will be answered. A formal solicitation (W81K0426QA020) is expected to be posted on SAM.gov within 2-3 weeks. Travel costs must be factored into proposed rates and will not be billed separately.