J063--Security Systems Maint Black Hills VA Health Care System
ID: 36C26324P0215Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

PSC

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

    Special Notice: VETERANS AFFAIRS, DEPARTMENT OF is planning to procure Security Systems Maintenance services for the Black Hills VA Health Care System. This service is typically used for the maintenance and repair of equipment related to alarm, signal, and security detection systems. The Department of Veterans Affairs intends to award a sole source, firm-fixed price contract to Johnson Controls, INC. This is because Johnson Controls is the sole manufacturer and supplier of the P2000 Security Management System Software, Hardware, and Accessories, which are proprietary in nature. Interested vendors may submit their capability statements, proposals, or quotations for consideration. The Government will review the submissions to determine whether to conduct the procurement on a competitive basis.

    Point(s) of Contact
    Robert BennettContract Specialist
    (319) 339-7079
    robert.bennett8@va.gov
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    6350--Alertus Rapid Response Console for the James J. Peters VA Medical Center.
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract to Alertus Technologies, LLC for the procurement of a Rapid Response Console and Emergency Notification System for the James J. Peters VA Medical Center. This procurement includes the purchase of 25 Alertus Rapid Response Consoles along with federal implementation and installation services, aimed at enhancing the facility's emergency preparedness capabilities. The action is being conducted under FAR 13.106-1(b)(1)(ii), which allows for solicitation from a single source, and interested parties are invited to express their interest and capability by providing relevant data by May 2, 2025. Responses must be directed to Contracting Officer Jonatan Rondon at Jonatan.Rondon@va.gov by 16:00 hours EST on the deadline date.
    J063--Upgrade Security 583-25
    Buyer not available
    The Department of Veterans Affairs is seeking qualified veteran-owned small businesses to replace the existing Saflok lodging electronic lock system at the Richard L. Roudebush VA Medical Center in Indianapolis, Indiana. The project aims to enhance security by integrating an RS2 Technologies Access Control System (ACS) to manage 28 additional interior doors, which includes the removal of the outdated system, installation of new proximity card readers and electric strikes, and necessary infrastructure upgrades. This procurement is crucial for maintaining the safety and security of the facility, ensuring compliance with industry standards and local regulations. Interested vendors must submit their company details, capability statements, and proof of SAM registration by April 30, 2025, at 11:00 AM Eastern Time, with an estimated project budget between $25,000 and $100,000. For further inquiries, contact Eric Sweatt at eric.sweatt@va.gov or call 317-988-1511.
    Building and Energy Management Control System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a service contract related to the Building and Energy Management Control System at the Overton Brooks VA Medical Center in Shreveport, Louisiana. The contract aims to provide on-site support for the existing Johnson Controls Inc. BAS system, focusing on preventative maintenance, system calibration, and energy management improvements. This initiative underscores the government's commitment to enhancing operational efficiency while promoting engagement with small businesses, particularly those owned by service-disabled veterans. Although the solicitation has been canceled for reassessment, interested vendors should prepare for future opportunities, with an estimated contract value of $47 million and a proposal submission deadline anticipated in early 2025. For inquiries, contact Jimmie E. Frost at jimmie.frost@va.gov or by phone at 601-362-4471.
    J065--Notice of Intent to Sole Source Support Service Plan - Omnicell, Inc.
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to sole source maintenance and support services for Omnicell equipment at the Wilkes-Barre Veterans Affairs Medical Center (VAMC). This procurement is necessary as Omnicell, Inc. is the sole manufacturer and exclusive provider of the required products and services, making them the only entity capable of delivering the necessary support due to their proprietary status. The ongoing maintenance and support are critical for ensuring the functionality of essential healthcare infrastructure. Interested parties should note that the solicitation number for this contract is 36C24425Q0607, and responses are due by May 5, 2025. For further inquiries, contact Jaime Espejo at Jaime.espejo@va.gov.
    J039--442 - Elevator Maintenance Service
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for Elevator Maintenance Services under solicitation number 36C25925Q0346, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract aims to ensure the proper maintenance and repair of elevators at the Cheyenne VA Health Care System, emphasizing compliance with safety standards and best practices in vertical transportation equipment management. Interested contractors must register in the System for Award Management (SAM) and be VetCert Certified, with proposals due by May 9, 2025, and questions accepted until May 2, 2025. For further inquiries, interested parties can contact Contracting Officer Danielle Kramer at danielle.kramer@va.gov or by phone at 303-712-5725.
    J063--Velocity Software Support Services
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source contract for Hirsch Velocity Software Support Services for the VA Boston Healthcare System in Massachusetts. This procurement is intended to fulfill the specific software support needs of the healthcare system, ensuring the continued functionality and reliability of security systems. The contract falls under the NAICS code 561621, which pertains to Security Systems Services, and is governed by FAR 13.106-1(b) for single-source solicitations. Interested vendors are encouraged to contact Contracting Officer Tara Dossiema at Tara.Dossiema@va.gov or by phone at 603-624-4366 x5129 for further inquiries, and must be registered in SAM and VetCert databases prior to award.
    J065--DynaCAD and UroNav Fusion Biopsy Equipment
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
    J063--Camera Replacements, PB 657-25-2-3019-0062, (VA-25-00063196)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified contractors to replace existing security cameras at the John J. Pershing VA Medical Center in Poplar Bluff, MO, with NDAA-compliant models. The project involves the supply and installation of new VIVOTEK cameras, ensuring proper integration with the existing CCTV system, and adherence to VA Police guidance for optimal camera positioning. This initiative is crucial for enhancing security measures at the facility while complying with regulatory standards. Interested contractors must submit their responses via email to Contract Specialist George Johnson at george.johnson9@va.gov by May 1, 2025, as this is a Sources Sought notice and not a solicitation for bids.
    J039--Elevator Maintenance and Inspection Testing Services for the Grand Junction CO VA Medical Center
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified small businesses to provide Elevator Maintenance and Inspection Testing Services for the VA Grand Junction Medical Center in Colorado. The procurement involves a firm-fixed price contract that includes scheduled preventive maintenance, unscheduled repairs, and compliance with safety standards, with a total award amount of $12.5 million over one base year and four option years. This opportunity is crucial for ensuring the operational reliability and safety of elevator systems that serve the veteran community. Interested vendors must submit their proposals by May 16, 2025, following a mandatory site visit on May 7, 2025, and can direct inquiries to Contract Specialist John Cheng at John.Cheng2@va.gov or 303-712-5776.
    D--Special Notice of Intent to Sole Source Award
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Siemens Industry Inc. for ongoing maintenance of its electronic security system at the Mountain Valley National Wildlife Refuge. This contract, which includes a firm fixed price base and two option years, is necessary to ensure the continued effectiveness of the security system in deterring crime and protecting both property and public safety. Siemens Industry Inc. is uniquely qualified to provide the required technical support, having originally installed the current security server and being the only vendor capable of meeting the specific needs outlined in the procurement. Interested parties who believe they can fulfill these requirements are invited to submit a statement of capabilities via email to Mary Rawlinson at MaryRawlinson@fws.gov, as this notice does not constitute a solicitation for competitive quotes.