J063--MILWAUKEE VAMC - New Pharmacy Cache Relocation Security Upgrade (VA-26-00027765)
ID: 36C25226Q0172Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
    Description

    The Department of Veterans Affairs is seeking to negotiate a sole source contract with Johnson Controls, Inc. for a Facility Security System Upgrade for the Pharmacy Cache system at the Milwaukee Veterans Affairs Medical Center (VAMC). This procurement is based on FAR 8.405-6, which indicates that Johnson Controls, Inc. is the only responsible source capable of fulfilling the agency's specific requirements. The upgrade is critical for enhancing the security of the pharmacy cache, ensuring compliance with safety standards and protecting sensitive materials. Interested firms that believe they can meet the requirements must submit their capability statements, including product details and customer references, to Michelle R. Klug at michelle.klug2@va.gov by January 12, 2026, at 3:00 PM Central Time. No competitive quotes will be accepted, and the government reserves the right to proceed with the sole source negotiation if no responses are received.

    Point(s) of Contact
    Michelle R KlugContract Specialist
    (224) 610-3248
    michelle.klug2@va.gov
    Files
    Title
    Posted
    The VA Great Lakes Acquisition Center (GLAC) intends to award a sole source contract to Johnson Controls, Inc. for a Facility Security System Upgrade for the Pharmacy Cache system at the Milwaukee VAMC. This action, identified under Solicitation Number 36C25226Q0172 and NAICS Code 561621, is based on FAR 8.405-6, which stipulates that Johnson Controls, Inc. is the only responsible source capable of meeting the agency's requirements. This notice is not a request for competitive quotes, and no solicitation documents are available. However, firms believing they can meet the requirements must submit detailed information about their products, services, and references to Michelle R. Klug (michelle.klug2@va.gov) by January 12, 2026, 3:00 PM Central Time. The government reserves the right to determine whether to proceed with the sole source negotiation.
    Similar Opportunities
    J059--Metasys Retrofit
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Johnson Controls Inc. for a Metasys Retrofit project at the Providence VA Medical Center, specifically in Building 32. The project involves the removal of existing non-functional Trane Direct Digital Control (DDC) systems and their replacement with Johnson Controls' Metasys Extended Architecture DDC, which will be integrated into the facility-wide Building Management System (BMS). This upgrade is critical for maintaining operational efficiency and compatibility within the existing Metasys infrastructure, as Johnson Controls holds proprietary rights over the necessary hardware and software, limiting third-party access. Interested parties are invited to submit capability statements by January 9, 2026, to Rosangela Pereira at Rosangela.Pereira@va.gov, as the VA seeks to determine if competitive procedures could be utilized for this acquisition, although the final decision on competition remains at the government's discretion.
    J059--PREVENTIVE MAINTENANCE JOHNSON METASYS SYSTEM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to award a sole-source Firm-Fixed-Price purchase order to Johnson Controls, Inc. for preventive maintenance services on the Metasys Building Control System at the Salisbury VA Medical Center. The procurement involves routine checks, energy management consultations, network analysis, seasonal changeovers, and general maintenance tasks such as lubrication and cleaning to ensure optimal performance of the system. This contract action is justified under FAR 13.106-1(b) for soliciting from a single source, with a small business size standard of $47.0 million under NAICS code 561210. Interested parties must submit their capability statements by January 13, 2026, at 3:00 PM EST to Contracting Officer Aleshia Hines-Best via email at Aleshia.Hines-Best@va.gov.
    J045--Cooling Tower Chilled Annual MAINTENANCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 21, is issuing a sole-source contract for the annual maintenance of cooling towers and Trane chillers, specifically requiring Metasys Release 14.1 Software from Johnson Controls Inc. This procurement is based on the determination that Johnson Controls Inc. is the only responsible source capable of providing certified OEM parts for the Metasys Building Automation System and factory-installed AFDs on the chillers. The contract will encompass a one-year base period with four additional option years, and interested parties must submit capability statements to Cynthia Diezel at cynthia.diezel@va.gov by 10:00 AM PST on January 9, 2026, referencing solicitation number 36C26126Q0313. Registration with the System for Award Management (SAM) is required for eligibility, and the anticipated contract will be a firm-fixed-price agreement.
    J065--New Package for 7 Wound VAC Machines Maintenance Service and Calibration
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with KCI dba Solventum, a 3M Company, for the maintenance, service, and calibration of seven Wound VAC machines. This procurement is justified under 41 U.S.C. 1901 Simplified acquisition procedures, as KCI is the proprietary vendor for this specialized medical equipment. The contract will be structured as a firm-fixed-price agreement, encompassing a base year and four option years, emphasizing the critical nature of maintaining these medical devices for patient care. Interested firms that believe they can meet the requirements must submit their capability statements and references to Contract Specialist Debbie Bruening via email by December 9, 2024, at 10:00 AM CST, as this notice is not a request for competitive quotes.
    Justification and Approval for TrackCore RFID Cabinets
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure TrackCore RFID Cabinets through a sole source justification. This procurement aims to enhance inventory management and security for medical supplies and equipment within the department's facilities. The RFID cabinets are critical for ensuring efficient tracking and safeguarding of assets, thereby improving operational effectiveness in healthcare delivery. Interested vendors can reach out to the Contracting Officer, Courtney Chattman, at Courtney.Chattman@va.gov or by phone at 913-946-1975 for further details regarding the opportunity.
    Justification and Approval (J&A) Sole Source - Implementation Coordinators Veterans Health Exchange Professional Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure professional services for the implementation coordinators of the Veterans Health Exchange, utilizing a sole source justification under the authority of 41 U.S.C. § 253(c)(5). This procurement is guided by the Veterans First Contracting Program as outlined in Public Law 109-461, which emphasizes the need for specialized services to enhance the health care delivery system for veterans. The contract will be executed in the USA, and interested parties can reach out to Brian N. Ballard at brian.ballard@va.gov or Wanda Y. Edwards at wanda.edwards@va.gov for further details. The procurement process is expected to follow the regulations set forth in FAR Subpart 6.302-5, with no specified funding amount or deadline mentioned in the provided information.
    6840--PhenoMaster Control System (VA-26-00008877) - (Grant Funded)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a sole source procurement for an IntelliCage-PhenoMaster System, manufactured by TSE Systems, Inc., valued at $968,417.20, to support neuro-metabolic toxicological phenotyping research at the Jesse Brown VA Medical Center. This specialized equipment is essential for studying the effects of military-associated toxicant exposures on neurocognitive and metabolic disease risks in mice, as it uniquely measures 13C isotopes, methane, and hydrogen gases, which are critical for assessing microbiome function and conducting integrated research. The procurement is grant-funded under the VA's Shared Equipment Evaluation Program Military Exposures Research Program, and interested parties can contact Contracting Officer Erica Grimslid at Erica.Grimslid@va.gov or 414-844-4800 for further information.
    Case Review Dashboard And Subscription
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a sole source contract for the Zoll RescueNet CaseReview Dashboard and Subscription, specifically for VISN 15. This procurement involves a one-year subscription to proprietary software and dashboard services that are exclusively provided by Zoll Medical Corporation, which is essential for the operational needs of the department. The contract is set for the period of performance from February 7, 2026, to February 6, 2027, and is based on the authority of FAR regulations that allow for single-source procurement when only one vendor can meet the requirements. Interested parties may express their interest and authorization to respond to this requirement by January 16, 2026, at 11:00 AM (CT), and should contact Danzel Streets at danzel.streets@va.gov or 240-215-0575 for further information.
    DA10--VISN DSS RxFramework OmnicellX (IVX) / Inpatient Pharmacy Interface
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified sources for the development and maintenance of a Document Storage Solution (DSS) RxFramework Omnicell Intravenous X (IVX)/Inpatient Pharmacy Interface for Veterans Integrated Service Network (VISN) 19, specifically for the Salt Lake City and Eastern Colorado VA Health Care Systems. This procurement aims to establish a service level agreement (SLA) for the interface, which will facilitate automated data flow between VistA/CPRS and Omnicell systems using HL7 Messaging Standard, ensuring efficient management of pharmacy operations. The contract will encompass installation, 24/7 support, and compliance with extensive security and privacy controls, with a performance period consisting of a one-year base and four one-year options. Interested parties should submit their company and business size information to Contract Specialist Christine Jarvis at christine.jarvis@va.gov by January 14, 2026, as this is a Sources Sought Notice and not a request for proposals.
    DA10--MC - VISN ScriptPro Upgrades 491-26-2-1025-0003
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide hardware and software upgrades for ScriptPro systems across multiple VISN 15 medical facilities. The primary objectives include upgrading all ScriptPro workstations to be compatible with Windows 11, purchasing licenses for ScriptPro Remote Access Software, and procuring a test system for interface testing in preparation for the Federal Electronic Health Record migration. This initiative is crucial for enhancing pharmacy workflows and ensuring seamless integration with existing systems. Interested parties, particularly Service-Disabled Veteran Owned Small Businesses (SDVOSBs) and other small businesses, must submit their responses, including company information and a capability statement, by January 12, 2026, to Lisa A. Buchanan at lisa.buchanan1@va.gov.