J036--METASYS BUILDING AUTOMATION SUPPORT SERVICES - Johnson Controls - 554-C30441
ID: 36C25923C0090Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
    Description

    Special Notice: VETERANS AFFAIRS, DEPARTMENT OF intends to procure Metasys Building Automation Support (BAS) Services for the Rocky Mountain VA Medical Center (RMRVAMC). This procurement is a sole source acquisition due to the unique and highly specialized nature of the supplies or services required. Johnson Controls is the only authorized provider capable of performing maintenance on the Metasys BAS and meeting the agency's needs. No solicitation documents are available, and competitive quotes will not be considered. However, interested businesses may submit written notice of their ability to provide the Metasys BAS Services to the Contract Specialist, Edward Emerson, by email. The deadline for submission is 7:00 AM MDT on Tuesday, October 10th, 2023. The applicable NAICS Code is 811310.

    Point(s) of Contact
    Edward EmersonContract Specialist
    (303) 712-5720
    Edward.Emerson@va.gov
    Files
    Title
    Posted
    Lifecycle
    Similar Opportunities
    J041--INTENT TO SOLE SOURCE-Temptrak Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole-source procurement with Trillmed LLC for TempTrak® Calibration and Preventative Maintenance Services at four VA medical facilities located in Wisconsin and Illinois. This decision is based on the assertion from Copeland Cold Chain LP, the original equipment manufacturer, that Trillmed is the only authorized distributor of TempTrak products for VA customers in the United States, and Trillmed is currently the only Service-Disabled Veteran-Owned Small Business (SDVOSB) providing these services. Interested parties who believe they can meet the requirements are encouraged to express their interest via email to the Contracting Officer, Aaron Rogers, by 8:00 a.m. CDT on February 10, 2025; however, this notice does not constitute a solicitation for competitive quotes, and the VA retains the discretion to determine whether to open the procurement to competition.
    Z2DZ-- 585-23-103 Upgrade Electrical Metering System
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking to upgrade the electrical metering system at the Oscar G. Johnson VA Medical Center in Iron Mountain, MI, through a sole source contract with Schneider Electric USA, Inc. This procurement involves the installation of Schneider Electric's proprietary Power Management Expert (PME) 7.2 software and Square D products, which are critical for the medical center's electrical power metering and Emergency Power Standby System (EPSS). The successful implementation of this system is vital for ensuring reliable emergency power and compliance with Joint Commission reporting requirements. Interested parties authorized by Schneider Electric must respond by February 10, 2025; if no authorized sources are identified, the VA will proceed with the contract under FAR 6.302-1, allowing procurement from a single source. For further inquiries, contact Kristi Kluck at Kristi.kluck3@va.gov or call 414-844-4879.
    Sources Sought Announcement - HVAC Controls - Renovate Sijan Hall - Phase One at U.S. Air Force Academy, CO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is conducting market research for HVAC control systems as part of the Renovate Sijan Hall – Phase One project at the U.S. Air Force Academy in Colorado. The procurement seeks to identify sources capable of providing Direct Digital Control (DDC), Energy Management Control System (EMCS), and Java Application Control Engine (JACE) systems, with an estimated contract value for HVAC controls ranging from $800,000 to $1.1 million, within a larger construction contract valued between $100 million and $250 million. This project is critical for ensuring operational efficiency and compliance with military standards during phased renovations, which will maintain functionality while upgrading mechanical, electrical, and plumbing systems. Interested vendors must submit their capabilities statements by 12:00 p.m. Central Time on March 5, 2025, to Scott Dwyer at Scott.Dwyer@usace.army.mil, ensuring adherence to specified requirements and confidentiality of proprietary information.
    J065--Omnicell Service and Maintenance
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for the maintenance and service of Omnicell pharmacy automation systems at the Eastern Colorado Health Care System. The procurement requires contractors to provide labor, parts, and equipment to ensure the operational efficiency of various Omnicell devices, with a focus on maintaining a 96% equipment uptime and offering 24/7 support for critical system failures. This service is crucial for the effective delivery of healthcare services, ensuring compliance with manufacturer standards and regulatory requirements. Interested parties must submit their quotes via email to Noaa Lanotte by 2:00 PM MT on February 10, 2025, and are encouraged to review the attached Statement of Work and Price Schedule for detailed requirements.
    J065--FY25 Service B+2 Options Draeger Anesthesia Contract
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Special Notice for a sole source procurement of maintenance services for Draeger Anesthesia Units at the Bronx VA Medical Center. The contract aims to establish a firm fixed price agreement for a base year with two additional option years, focusing on both scheduled and unscheduled maintenance, including 24/7 customer support and on-site service response. This initiative underscores the VA's commitment to ensuring optimal functionality of medical equipment, which is crucial for delivering high-quality healthcare services to veterans. Interested parties must submit their responses by 12:00 PM EST on February 12, 2025, to the designated contacts, Charles Collins and Anthony Murray, via email.
    U--HVAC and Building Automated Systems Training
    Buyer not available
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, is seeking HVAC and Building Automated Systems Training. This training is typically used to educate and train individuals on the operation and maintenance of HVAC systems and building automation systems. The notice mentions that the training will be conducted through Johnson Controls. For more details, refer to the attached Single Source Determination.
    DE01--Service of Omnicell Pharmacy Medication Cabinets James J. Peters VA Medical Center, Bronx VAMC
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Omnicell, Inc. for the maintenance and support of Omnicell Pharmacy Medication Cabinets at the James J. Peters VA Medical Center in Bronx, NY. The contract will cover a base period from March 15, 2025, to March 14, 2026, with options for two additional years, and will include comprehensive services such as replacement parts, technical support, software updates, and maintenance that adhere to the standards set by the Original Equipment Manufacturer (OEM). Omnicell, Inc. is recognized as the only authorized service provider for these specific services, which are critical for ensuring the operational efficiency of the pharmacy medication cabinets. Interested firms that believe they can meet the requirements are invited to submit written notifications by February 13, 2025, at 2:00 PM ET, via email to Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.
    J047-- Boiler Maintenance for Nashville, TN VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for boiler maintenance services at the Nashville Campus, with a focus on ensuring the safe and effective operation of the facility's boilers and ancillary systems. The contract requires comprehensive maintenance, preventive maintenance, and repair services over a five-year period, which includes one base year and four optional extensions, with a total budget of approximately $19 million. This initiative is crucial for maintaining operational efficiency and safety in VA medical facilities, adhering to the VHA Boiler Safety Manual. Interested contractors should contact Contract Specialist Michael Edwards at michael.edwards2@va.gov, with the base contract period commencing on March 1, 2025, and concluding on February 28, 2026.
    Sources Sought Announcement - HVAC Controls - Pavement & Maintenance Facility, Grand Forks AFB, ND
    Buyer not available
    The U.S. Army Corps of Engineers, Omaha District, is conducting market research through a Sources Sought announcement to identify potential sources for HVAC control systems for the construction of a Pavement and Maintenance Facility at Grand Forks Air Force Base, North Dakota. The procurement aims to secure Direct Digital Control (DDC), Energy Management Control Systems (EMCS), and Java Application Control Engine (JACE) systems, with a total investment anticipated between $25 million and $100 million. This initiative is crucial for ensuring the facility's operational efficiency and compatibility with existing systems, particularly favoring Honeywell products due to their familiarity among technicians and seamless integration with the base's current EMCS. Interested vendors must submit their capabilities statements by February 14, 2025, to Scott Dwyer at Scott.Dwyer@usace.army.mil, as all submissions will remain confidential and proprietary information will be protected.
    J065--Thermo Electron Nicolet Antaris System PM New Mexico VA Health Care System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses to provide preventative maintenance services for Thermo Electron Nicolet Antaris II Base and FT-IR systems at the VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center in Albuquerque, New Mexico. The procurement aims to ensure compliance with manufacturer performance standards through certified technician services, emphasizing the importance of adherence to OEM guidelines to avoid the delivery of gray market items. Interested vendors must submit their company details, capability statements, and certifications by February 16, 2025, to Contract Specialist Katharine Robert at katharine.robert@va.gov, as this notice serves as a market research tool and not a formal solicitation.