4120--HVAC Controls Equipment - Install
ID: 36C25626Q0230Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

AIR CONDITIONING EQUIPMENT (4120)
Timeline
    Description

    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a Sole Source, Firm-Fixed Price contract to Johnson Controls Inc. for the installation of Direct Digital Control (DDC) equipment at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS. This procurement is necessitated by the proprietary nature of Johnson Controls' Metasys system and control equipment, which has been confirmed through market research as the only responsible source capable of fulfilling the agency's requirements. Interested parties may express their interest and capability to meet this requirement by submitting compelling evidence to the primary contact, Andrew T Misfeldt, at andrew.misfeldt@va.gov by 10:00 AM CST on December 15, 2025. The estimated value of this acquisition is below $250,000, and it is crucial for potential vendors to be registered in the System for Award Management (SAM) and the VetBiz Registry if applicable.

    Point(s) of Contact
    Andrew T MisfeldtContract Specialist
    (479) 443-4301 ext 66194
    andrew.misfeldt@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a Sole Source, Firm-Fixed Price contract to Johnson Controls Inc. for DDC Controls equipment installation at the Jackson MS, VAMC. This decision is based on market research indicating Johnson Controls Inc. as the only responsible source for the required Brand Name equipment, aligning with Federal Acquisition Regulation (FAR) 6.302-1. This is a Notice of Intent, not a request for competitive quotes. However, other responsible sources can express their interest and capability to meet this requirement by December 15, 2025, 10:00 AM CST. Responses must provide compelling evidence of competitive advantage to the government, including business size, socio-economic status, DUNS number, SAM/VetBiz registration, and an authorization letter from Johnson Controls Inc. for non-OEM contractors. The purpose of this notice is informational.
    The Department of Veterans Affairs, NCO 16, is issuing a single source justification for the purchase and installation of Johnson Controls Networked DDC controls and associated materials and software updates at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS. The estimated amount for this acquisition exceeds the micro-purchase threshold but does not exceed the Simplified Acquisition Threshold (SAT) of $250,000. Johnson Controls, Inc. is the sole provider for these services because its Metasys system and control equipment are proprietary. This limits availability to their local branch office in Ridgeland, MS, as the only factory-authorized parts and labor provider. Market research confirmed the proprietary nature of the software and equipment, and a notice was posted to solicit responses from other potential authorized vendors. The Contracting Officer has certified the purchase in accordance with FAR 13.106-1(b).
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J045--FAN COIL UNIT REPLACEMENT
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 7, is seeking qualified contractors for a Fan Coil Unit Replacement project at the WJB Dorn VA Medical Center in Columbia, South Carolina. This procurement, set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC), requires the contractor to provide all necessary labor, travel, equipment, supplies, and materials for the replacement of fan coil units. The project is critical for maintaining the facility's heating and cooling systems, ensuring a comfortable environment for veterans receiving care. The solicitation, Request for Quote 36C24726Q0165, is expected to be posted on sam.gov around December 19, 2025, with quotes due by January 16, 2026. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Contract Specialist Stanley Turner at Stanley.turner@va.gov or by phone at 404-828-5310.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    J059--Notice of Intent to Sole Source - ASCO Critical Power Management System/Automatic Transfer Switches Maintenance Services for the Minneapolis VA Health Care System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through Network Contracting Office 23, intends to award a sole source, Firm Fixed Price contract to ASCO POWER SERVICES, INC. for Critical Power Management System and Automatic Transfer Switches Maintenance Services at the Minneapolis VA Health Care System. This contract, which includes a Base plus one Option Year, is justified under FAR 13.106-1 due to ASCO's proprietary equipment and software, making them the only source capable of fulfilling these specific requirements. The services are critical for ensuring the reliability and functionality of power management systems within the healthcare facility. Interested parties who believe they can meet the requirements must submit a capability statement, including their SAM Unique Entity ID and Taxpayer Identification Number, by December 19, 2025, at 12:00 PM Central Time to Alisha Milander at Alisha.Milander@va.gov.
    J079--586-26-1-532-0006 (Cloned) Housekeeping Preventive Maintenance and Repair (VA-26-00004735) (VA-26-00012758) 586-26-1-532-0006
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for housekeeping preventive maintenance and repair services at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi. This procurement, identified by Solicitation Number 36C25626Q0123, is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under NAICS code 561720, which pertains to janitorial services. The contract will cover a base year and four option years, requiring contractors to provide preventive and corrective maintenance for various floor care machines, ensuring compliance with strict maintenance schedules and service standards. Interested parties must submit their proposals by December 17, 2025, at 4 PM Central Time, and can contact Contract Specialist Stephanie Watts at stephanie.watts@va.gov or 601-362-4471 for further information.
    DA01--Brillians Software Licensure (VA-26-00025640)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the G.V. Sonny Montgomery VA Medical Center, is seeking to award a firm fixed price sole-source contract to SupraVISTA Medical DSS, LLC for the procurement of Brillians Software Licensures. This opportunity is outlined in a Sources Sought Notice and is intended for informational and planning purposes only, indicating that the VA is not currently soliciting competitive quotes or proposals. The software is crucial for the operations of the Veterans Integrated Service Networks (VISN) 16 Clinical Informatics, supporting their IT and telecom business application needs. Interested parties must submit their responses by 2:00 PM CST on November 7, 2025, to Contract Specialist Jennifer McCloud at Jennifer.McCloud@va.gov, with the NAICS code for this procurement being 511210, which has a size standard of $47 million.
    M1NB--Intent to Sole Source TVHS Boiler Plant Operator
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to sole source a contract to S. M. Lawrence Company, Inc. for Boiler Plant Operators at the Tennessee Valley Healthcare System (TVHS) Nashville Medical Center. This procurement is necessitated by an urgent requirement for fully qualified operators to maintain the boiler plant 24/7, a need that cannot currently be met by existing VA staffing. The contract, valued at $575,280, will cover a six-month period from January 1, 2026, to June 30, 2026, and interested parties may submit their capabilities and quotations by December 24, 2025, at 11:00 AM CST to Diane Ziegler at diane.ziegler@va.gov. Responses must demonstrate that competition would be beneficial to the Government, although the final decision on whether to compete remains at the Government's discretion.
    Y1DZ | 586-22-102 | Renovate PC Blue for PACT - Women's Health Clinic | SOLICITATION
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation of approximately 6,850 square feet of the Primary Care Blue Clinic at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, Mississippi, to establish a new PACT Women’s Health Clinic. This project, designated as 586-22-102, is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring contractors to be VetCert SDVOSB certified and registered in the System for Award Management (SAM). The renovation aims to modernize the clinic, improve access, and enhance the quality of care while ensuring minimal disruption to ongoing medical operations. Proposals are due by January 13, 2026, at 10:00 AM CT, with a site visit scheduled for December 16, 2025, and inquiries accepted until December 19, 2025. Interested parties can contact Contract Specialist Lisa Peace at Lisa.Peace@va.gov for further information.
    J065--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a sole-source contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System in Little Rock, AR. This procurement aims to secure a firm fixed price contract covering a base year plus four option years for software maintenance and support, which includes bug fixes, minor upgrades, and telephone support. The Omnicell IVX system is critical for managing workflow in healthcare settings, particularly for military veterans, and the contract is justified as Omnicell, Inc. is the only vendor capable of providing these specialized services. Interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025, to the Contracting Officer, Joseph Warren, at joseph.warren@va.gov.
    J041--SPS VFD REPLACEMENT 26 WASHINGTON DC VAMC 688-26-1-459-0041
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the replacement of Variable Frequency Drives (VFD) at the Washington DC VA Medical Center (VAMC). The project involves replacing two ABB ACH580 VFDs with bypasses, upgrading from existing ACH-550-031A-4 VFDs to ACH-550-045A-4 or equivalent, while ensuring continuous operation of air handlers. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 561210, emphasizing the importance of supporting veteran-owned enterprises in facilities support services. Interested contractors must submit their quotes by December 19, 2025, at 10:00 AM EST, and can contact Contracting Officer John Ritter at JOHN.RITTER2@VA.GOV or 843-814-0299 for further details.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.