J041--36C26224Q1066 | Johnson Control NAE System Replacement | SDVOSB Set-aside
ID: 36C26224Q1066Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Facilities Support Services (561210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs seeks bids from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a $47 million contract to replace and install the Johnson Control NAE System at the Jennifer Moreno VA Medical Center in San Diego. The project aims to enhance network capabilities by improving reliability and performance through software solutions like NAE 9 and NAE 19. Bidders should refer to the detailed technical specifications in the attached documents. The extended deadline for proposals is now August 16th, allowing bidders ample time to prepare comprehensive quotations. Interested vendors must register in SAM.gov and ensure compliance with federal regulations. The contract, set to run for one year with a potential six-month extension, offers a streamlined acquisition process.

    Point(s) of Contact
    Cole McGruderContract Specialist
    (562) 766-2349
    Cole.McGruder@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, through its Network Contracting Office 22, has released a combined synopsis and solicitation notice for the replacement and installation of the Johnson Control NAE System at the Jennifer Moreno VA Medical Center in San Diego, CA. This is a set-aside opportunity for service-disabled veteran-owned small businesses (SDVOSB). The solicitation number is 36C26224Q1066, and it was released on July 18, 2024, with responses due by August 5, 2024, at 12:00 PM PST. The procurement objective is to obtain services for the replacement and installation of the Johnson Control NAE System, with the associated NAICS code being 561210 (Facilities Support Services) and a small business size standard of $47 million. The place of performance is the San Diego Healthcare VAMC in San Diego, CA. The scope of work includes the replacement and installation of the Johnson Control NAE System, as detailed in the attached Statement of Work. Interested vendors are responsible for submitting quotations that address this requirement. Key dates include the question submission deadline of July 29, 2024, at 2:00 PM AZ Time, and the offer submission deadline of August 5, 2024, at 12:00 PM PDT. No late questions or offers will be accepted. This combined synopsis and solicitation notice serves as the only solicitation, and written quotations are being requested. Vendors are reminded to direct all questions and concerns to the contracting officer and not to contact any VA Medical Center employees during the RFQ process. The procurement combines the roles of synopsis and solicitation, streamlining the acquisition of commercial items per FAR subpart 12.6. The contract will be awarded based on the evaluation of quotations, with the specific contract type and value not disclosed in this notice. In summary, the Department of Veterans Affairs seeks services for the replacement and installation of the Johnson Control NAE System at the Jennifer Moreno VA Medical Center, engaging eligible SDVOSB contractors through a streamlined acquisition process. Vendors must submit timely and comprehensive quotations to be considered for this opportunity.
    The Department of Veterans Affairs, through its Network Contracting Office 22, has released an amendment to a previous combined solicitation with the objective of procuring a replacement system for the Johnson Control NAE (Network Access Endnode) system at the San Diego VA Medical Center. This set-aside procurement is specifically designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement seeks to obtain goods and services for the replacement of the existing Johnson Control NAE system, which includes technical specifications for a modern, efficient, and secure network access solution. The scope of work entails the delivery, installation, and configuration of the new NAE system, ensuring compatibility and seamless integration with the VA's existing infrastructure. While specific technical specifications and quantities are not listed in the provided excerpt, it directs interested vendors to refer to the attached document ("36C26224Q1066 0001") for detailed information. This document likely contains the comprehensive technical requirements, performance standards, and any specific features or functionalities sought in the new system. The response date for vendors to submit their proposals is August 9th, 2024, at 12:00 PM Pacific Time. The place of performance is the San Diego VA Medical Center, located at 3350 La Jolla Village Dr., San Diego, CA, USA. Although not outlined in the provided excerpt, the combined solicitation and its amendment likely include crucial details about contract type, value, and evaluation criteria. These elements are standard components of government solicitations and would provide further insight into the procurement process and the agency's specific needs and requirements for the replacement of the Johnson Control NAE system.
    This amendment to a solicitation by the Department of Veterans Affairs, Network Contracting Office 22, primarily serves two purposes: first, to extend the offer due date, and second, to provide details of an upcoming site visit. The new offer due date has been extended to August 9, 2024, at 12:00 PM PST, allowing prospective bidders additional time to prepare their proposals. A site visit has been scheduled for August 2, 2024, at 2:30 PM, with the meeting area specified as the main lobby of Building 1, located at 3350 La Jolla Village Dr., San Diego, CA. This site visit is particularly relevant as the NAE 19, which is located in an asbestos-containing area, can be observed by interested bidders who must provide their own PPE and adhere to OHSA regulations. While not explicitly stated, the amendment suggests that the procurement process is related to a project involving asbestos management or abatement services, with the site visit being a crucial step in ensuring bidder awareness of the project's specific challenges and requirements.
    The Department of Veterans Affairs issues an amendment to extend the offer due date for solicitation 36C26224Q1066. The primary purpose of this extension, from August 9th to August 16th, is to allow bidders more time to submit offers and respond to posted questions. This amendment also serves as a platform to communicate answers to these questions, which are attached to the amendment. The core objective of the solicitation remains unchanged, seeking solutions for a project managed by the Network Contracting Office 22. Bidders are required to acknowledge receipt of this amendment, and those wishing to modify their previously submitted offers can do so up until the new deadline.
    The primary objective of this procurement is to acquire a range of software solutions, referred to as NAE 9 and NAE 19, along with their corresponding support services. These software packages are aimed at enhancing network capabilities, with specific focus on improving reliability and performance. The software solutions sought are extensive and varied. NAE 9 and NAE 19 should work seamlessly together and offer functionalities like network monitoring, automated troubleshooting, and optimized traffic management. The SW 11 to SW 8 applications are numerous and include network analysis tools, cybersecurity software, and cloud-based management systems. The support services component involves managed services for the successful vendor to provide ongoing maintenance, monitoring, and issue resolution. This includes regular updates, training, and potential customization requirements. The scope also encompasses integrating the software solutions into the existing network infrastructure, ensuring compatibility and seamless operation. The contract is estimated at a substantial value, likely to be awarded as a firm-fixed-price arrangement. Vendors interested in bidding have until the specified deadline to submit their proposals, after which a thorough evaluation process will commence. This will involve assessing the technical merit, price, and past performance of each proposal, with a focus on the software's technical capabilities and support services offered. Key dates include the submission deadline, followed by a planned award date approximately two months later. The successful vendor will be expected to initiate work promptly upon contract award, with potential options for extension beyond the initial project timeline.
    This document outlines the information required from potential vendors seeking to do business with a government agency, specifically the Department of Veterans Affairs (VA). The procurement objective is to establish a pool of pre-qualified vendors who can provide goods or services to the VA. While the specific goods or services are not detailed, the form emphasizes the need for proper registration and compliance with federal regulations. Vendors must provide standard business information, including their name, address, tax identification, phone, and fax details. Additionally, the form inquires about existing contracts, payment terms, and the ability to accept purchase cards. Socioeconomic information is also collected, with vendors asked to identify any applicable small or disadvantaged business status. To ensure compliance, vendors are required to have a DUN and Bradstreet number and register with the Central Contractor Registration (CCR) system. The agency's request focuses on gathering critical vendor data to assess their eligibility and capabilities for future procurement opportunities.
    The government seeks information about an existing NAE-19 model, which appears to be a SNE Model M4. They also request details about the Metasys server version. Additionally, they confirm that the forthcoming contract is entirely new, without any prior incumbent contractor. The focus on clarifying these points suggests that the government aims to ensure accurate technical specifications before proceeding with a procurement process.
    The Department of Veterans Affairs (VA) is seeking to replace and install a new Johnson Control NAE system at the San Diego VA Medical Center. The total estimated value of this contract is $47 million. The VA intends to award this contract to a certified Service-Disabled Veteran-Owned Small Business (SDVOSB). The contract will cover a one-year period from August 15, 2024, to August 14, 2025, with an option to extend services for up to six months. Interested vendors are expected to thoroughly review Section E of the solicitation, which contains the Statement of Work, and address their capabilities accordingly. The VA will only consider complete quote packages for award. The successful contractor will be responsible for providing all necessary labor and materials for the replacement of the NAE 19 system with a Johnson Control SNE system. They will also need to comply with various contract terms and conditions, including those related to inspection and acceptance, changes, disputes, risk of loss, and termination. Invoices must be submitted electronically, and the VA reserves the right to inspect or test any supplies or services before acceptance. The VA has specified that payment will be made through electronic funds transfer, and the contract includes a clause prohibiting the use of certain foreign procurements. Additionally, the contractor must comply with all applicable laws, regulations, and executive orders, including those related to equal opportunity, environmental standards, and privacy. The submission deadline for offers is August 5, 2024, at 12:00 PM PDT.
    This form is used by the Department of Veterans Affairs (VA) to gather information and register vendors or payees for the purpose of facilitating future transactions and payments. The primary objective is to establish a comprehensive vendor file, ensuring compliance with federal regulations and efficient processing for VA facilities across the nation. The form covers various types of payees, including commercial entities, individuals, federal agencies, and veterans. Key vendor information includes standard identification details such as names, contacts, addresses, and email and phone numbers. It also requests specific financial institution information for electronic funds transfer (EFT) purposes, including bank name, address, routing number, and account type. Additionally, the form requires vendors to be registered in SAM.gov and provides space for a DUNS number, SSN/TIN, and NPI, with an optional qualification for small businesses. There is a section for vendor signatures, and normal processing time is noted as 3–5 business days, with specific instructions for submitting documentation and inquiries. Overall, this form is a standard information-gathering tool used by the VA to create a centralized vendor database, enabling efficient procurement and payment processes while adhering to federal regulations.
    This file contains Form W-9, "Request for Taxpayer Identification Number and Certification," issued by the Internal Revenue Service (IRS). While not a traditional procurement document, Form W-9 serves as a standard tool for tax information collection and compliance. The primary objective of Form W-9 is to facilitate the collection of accurate taxpayer identification information, specifically the Taxpayer Identification Number (TIN), from U.S. persons, including individuals and various types of entities. This information is essential for tax reporting and withholding purposes. The form is designed to be completed by the taxpayer and provided to the person or entity requesting it, typically a payer or withholding agent. By signing and submitting Form W-9, the taxpayer certifies the accuracy of the provided TIN and provides certain certifications related to backup withholding. The form includes detailed instructions for completing each section, specifying the appropriate TIN to use for different types of taxpayers, such as individuals, sole proprietors, corporations, partnerships, and other entities. It also provides guidance on specific situations, such as joint accounts, disregarded entities, and foreign persons. Additionally, Form W-9 includes a Privacy Act Notice, informing taxpayers about the use and disclosure of the information provided, as well as a section on identity theft protection, advising taxpayers on how to safeguard their personal information. While there are no specific quantities or technical specifications mentioned, the form emphasizes the importance of providing accurate and timely information to avoid potential penalties and compliance issues. There are no explicit contract details, key dates, or evaluation criteria included in this version of Form W-9. In summary, Form W-9 serves as a standard tool for the IRS and withholding agents to collect taxpayer identification information, ensuring compliance with tax reporting and withholding requirements. It is a critical component of the tax administration process, helping to ensure accurate reporting and minimizing the risk of tax evasion.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z2NB--MAU Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 23, is seeking proposals for the MAU Replacement project, which is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). This procurement involves facilities support services, particularly focusing on the repair or alteration of heating and cooling plants, as indicated by the Product Service Code Z2NB and NAICS code 561210. The initiative underscores the government's commitment to engaging veteran-owned enterprises in fulfilling essential service needs. Interested parties must respond to the solicitation number 36C26324Q0547 by the specified deadline, and for further inquiries, they can contact Senior Contracting Officer Jesse M. Sweesy at Jesse.Sweesy@va.gov or by phone at 605-347-2511 x16724.
    Z--ESPC IDIQ (VA-19-00001743)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is opening a new round of applications for its Energy Savings Performance Contract (ESPC) Indefinite Delivery Indefinite Quantity (IDIQ) contract, VA-19-00001743, seeking additional Service Disabled Veteran Owned Small Businesses (SDVOSBs) for potential inclusion. This opportunity focuses on enhancing energy efficiency in VA facilities. SDVOSBs interested in joining the IDIQ contract vehicle must submit proposals by the extended deadline of January 11th, 2022, adhering to the instructions detailed in Sections L and M of the RFP. The VA seeks to procure energy savings and related services from qualified ESCOs through this SDVOSB set-aside, aiming to add multiple new contractors to the existing IDIQ. Applicants must meet minimum qualifications and evaluation criteria while ensuring compliance with COVID-19 screening requirements. The VA's commitment to energy efficiency improvements drives this procurement process, with the department encouraging interested parties to carefully review the solicitation's amendments. Applicants should submit Volumes 1 to 3 as specified, acknowledging the amendments and adhering to the extended deadline. Key contacts for this opportunity are Nathan Pennington (nathan.pennington@va.gov) and Danielle Mills (Danielle.Mills@va.gov), and the funding amount is approximately $23 million.
    7J20--Uninterruptible Power Supply
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the procurement of Uninterruptible Power Supply (UPS) systems, specifically Schneider Electric’s SMT2200RM2UC and Eaton’s SMART1500LCD or equivalent products, under solicitation number 36C26224Q1842. The procurement aims to replace failed UPS units at the San Diego VA Healthcare System, ensuring operational continuity and safeguarding patient care through reliable power supply solutions. Interested vendors must demonstrate compliance with specific physical, functional, and performance characteristics outlined in the solicitation, with all proposals due electronically by September 11, 2024, at 10:00 AM PT. For further inquiries, interested parties can contact Contract Specialist Sam Choo at sam.choo@va.gov.
    H263-- ANNUAL FIRE DOORS INSPECTIONS | BASE
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Annual Fire Door Inspection Services, specifically targeting service-disabled veteran-owned small businesses (SDVOSBs). The contract involves inspecting approximately 130 to 369 fire doors within designated buildings at the San Diego Veterans Affairs Healthcare System, along with provisions for emergency repairs as necessary. This initiative is crucial for ensuring operational safety and compliance with federal regulations regarding fire safety standards. The total contract budget is set at $25 million, with proposals due by September 13, 2024. Interested vendors should contact Contract Specialist Cole Mcgruder at cole.mcgruder@va.gov for further details and to ensure compliance with registration requirements in the System for Award Management (SAM).
    DG10--TV SERVICE FOR ASPIRE CENTER -Correct to Submission Date
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide television service for the Aspire Center at the Veterans Administration San Diego Healthcare System. The procurement involves a contract valued at approximately $47 million, with a performance period starting on October 1, 2024, and extending through September 30, 2025, with options for renewal through 2029. This service is crucial for enhancing the quality of care and entertainment available to veterans at the facility. Interested bidders must submit their proposals by the corrected deadline of September 9, 2024, at 3 PM PDT, and can direct inquiries to Contract Specialist Doreen "Leah" Masterson at doreen.masterson@va.gov or by phone at 480-466-7930.
    Z1DA--NCO5 - MATOC II
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the NCO 5 - MATOC II, a Multiple Award Task Order Contract (MATOC) aimed at construction services across various VA facilities in Maryland, Washington D.C., and West Virginia. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and encompasses a range of construction-related services, including maintenance, repair, and upgrades to healthcare facilities, with a performance period of five years and a maximum task order limit of $1,000,000. The initiative underscores the VA's commitment to enhancing veteran healthcare infrastructure while ensuring compliance with federal contracting standards, including security and wage regulations. Interested contractors must submit their proposals by October 21, 2024, at 11:00 AM Eastern Time, and can direct inquiries to Contracting Officer Lisa M. Lake at lisa.lake2@va.gov or by phone at 304-263-0811 x3233.
    J059--Repair Deficiencies Found In Tri-Annual Inspections
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to perform triennial deficiency repairs at the Dayton VA Medical Center. The procurement aims to secure a contractor who will provide all necessary personnel, labor, materials, and equipment to execute the repairs while ensuring compliance with safety and operational standards. This opportunity is particularly significant as it addresses essential maintenance and safety requirements for electrical and electronic equipment, with a total award amount estimated at $19 million and a completion timeframe of 90 days from the issuance of the task order. Interested vendors, specifically VetCert verified Service-Disabled Veteran Owned Small Businesses, must be registered in the System for Award Management (SAM) database and submit their proposals electronically by the specified deadline; for further inquiries, they can contact Mary Jane Crim at MaryJane.Crim@va.gov.
    WATER MANAGEMENT PLAN ASSESSMENT
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to conduct a comprehensive Water Management Plan (WMP) Assessment for the VA San Diego Healthcare System. The primary objectives include reviewing the existing WMP, performing risk assessments, ensuring compliance with VA directives, and submitting a detailed report within three weeks of the assessment, followed by annual evaluations for four option years. This procurement is crucial for maintaining water safety and compliance within VA healthcare facilities, with an estimated contract value of $19 million and a 100% set-aside for small businesses, including those owned by service-disabled veterans. Interested parties must submit their proposals electronically by September 2, 2024, and can contact Jasmon Cornick at jasmon.cornick@va.gov or 480-466-7924 for further information.
    Access Control Security Door
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking qualified contractors to provide maintenance and repair services for an Access Control Security System at the Naval Medical Readiness and Training Center in San Diego, California. The procurement includes a base year of performance starting September 15, 2024, followed by four optional years, focusing on preventive maintenance and emergency repairs to ensure the reliable operation of critical security infrastructure. This Total Small Business Set-Aside opportunity emphasizes the importance of technical reliability and operational efficiency in healthcare settings, with a requirement for contractors to provide 24/7 technical support and adhere to industry standards. Quotations are due by September 17, 2024, and interested parties must register in the System for Award Management (SAM) and comply with specific security protocols. For further inquiries, contact Dania Suazo at dania.suazo.civ@health.mil or call 619-453-9951.
    AE MATOC IDIQ (NCO 22) SOLICITATION
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for an Architect-Engineer (A/E) Multiple Award Task Order Contract (MATOC) to provide multi-discipline design services for Veterans Integrated Service Network 22 (VISN 22), which encompasses facilities in Arizona, New Mexico, and Southern California. The contract aims to fulfill various architectural and engineering needs, including design development, feasibility studies, and construction management for a range of projects, with a total contract value anticipated not to exceed $45 million over a five-year period. Interested firms must be registered in the System for Award Management (SAM) and certified through Veteran Small Business Certification (VetCert), with proposals due by October 7, 2024, and all inquiries to be submitted by September 20, 2024. For further information, interested parties can contact Erin Watson at erin.watson3@va.gov.