DA10--Environmental Monitoring System (EMS) -
ID: 36C77026Q0059Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CMOP OFFICE (36C770)LEAVENWORTH, KS, 66048, USA

NAICS

Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use (334512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to award a sole source, firm fixed price contract to Monnit Corp for the iMonnit Cloud environmental monitoring system. This procurement aims to facilitate a CMOP-wide deployment of the iMonnit Premiere Cloud, including the activation of cloud tenancy and the shipment of Monnit cellular gateways that are compatible with existing sensors. The services are critical for maintaining effective environmental monitoring within the VA's Consolidated Mail-Out Pharmacy (CMOP) operations, ensuring compatibility with current equipment while avoiding the high costs associated with replacement. Interested parties can contact Contract Specialist Diana Olson at diana.olson@va.gov or by phone at 913-946-1986 for further information, although this is not a request for quotes and the government intends to negotiate solely with Monnit Corp.

    Point(s) of Contact
    Diana OlsonContract Specialist
    (913) 946-1986
    diana.olson@va.gov
    Files
    Title
    Posted
    The Department of Veteran Affairs (VA), Consolidated Mail-Out Pharmacy (CMOP) national office, intends to award a sole source, firm fixed price contract to Monnit Corp for its iMonnit Cloud environmental monitoring system. This notice is not a request for quotes but an announcement of the government's intent to negotiate with Monnit Corp under the authority of FAR 13.501(a) and VAAR 819.7007. The justification for this sole source procurement is Monnit Corp's exclusive ability to provide services compatible with existing Monnit equipment, which would be cost-prohibitive to replace. The procurement involves a CMOP-wide deployment of iMonnit Premiere Cloud, activation of cloud tenancy, and shipment of Monnit cellular gateways compatible with current sensors. CMOP staff will handle self-installation and configuration, while Monnit will provide necessary subscriptions and limited OEM support for enterprise-level cloud monitoring.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Real Time Location Environmental Monitoring System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is soliciting proposals for a Real Time Location Environmental Monitoring System, aimed at enhancing environmental control across various VA facilities in Texas. The contractor will be responsible for providing an automated continuous environmental monitoring system, including support and maintenance services, to monitor critical parameters such as temperature, humidity, and differential pressure, ensuring compliance with VHA Directives. This procurement is particularly significant for maintaining optimal conditions in medical environments, which is crucial for patient care and equipment functionality. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their offers by January 9, 2026, at 1:00 PM CST, and can direct inquiries to Melanie Williams at melanie.williams5@va.gov or by phone at 210-694-6378.
    6515--Brand-Name or Equal: SENTEC tCOM+ Hospital Monitor with V-Sign Sensor 2
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying the Brand-Name or Equal: SENTEC tCOM+ Hospital Monitor with V-Sign Sensor 2 for the VA Northern California Health Care System. The procurement includes specific items such as V-Sign Sensors, tCOM+ Hospital monitors, roll stands, and Vesa mounting plates, all of which must comply with the Buy American Act and be FDA approved. This equipment is critical for enhancing patient monitoring capabilities within the VA healthcare facilities. Interested vendors must submit their responses, including a statement of capability and socio-economic status, by 10:00 AM Mountain Time on January 23, 2026, to Contracting Officer Tawnya Krommenhoek at tawnya.krommenhoek@va.gov.
    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.
    J066--Architect i1000SR Analyzer Preventive Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 22, is issuing a Special Notice of Intent to award a sole source contract to Abbott Laboratories Inc. for preventive maintenance services for the Architect i1000SR Analyzer at the Southern Arizona VA Healthcare System (SAVAHCS). The procurement requires comprehensive support, including 24x7 phone assistance, on-site service with next-day response, annual preventative maintenance checks, software upgrades, and a 99% uptime guarantee, all of which are critical for maintaining the operational efficiency of the laboratory equipment. This contract is justified as Abbott is the sole manufacturer authorized to service the equipment without voiding the warranty, and the contract period is set from March 5, 2026, to March 4, 2027. Interested parties may submit capability statements to Clift Domen at Clift.Domen@va.gov by January 14, 2026, to demonstrate their ability to provide competitive services, although the government retains discretion on whether to proceed with a sole source award.
    B533--Phigenics Patented Water Monitoring Services & Equipment Maintenance/Repair - Detroit VA Notice of Intent to Awd Sole-Source
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 10, intends to issue a sole-source solicitation to Phigenics, LLC for continuous water monitoring services and maintenance/repair of their patented water monitoring and disinfection systems at the Detroit VA Medical Center. The procurement specifically requires the services of Phigenics, the Original Equipment Manufacturer, for various Potable Water Analytics systems and web-based data management services, including phiMetrics and phiAnalytics, which are critical for ensuring water quality and safety. This opportunity is justified under FAR 6.302-1(a)(2) due to the unique capabilities of Phigenics, and interested parties capable of meeting the requirements may submit evidence of their qualifications by January 9, 2026, at 10:00 AM Eastern Time to Jeannie Ortiz at jeanne.ortiz@va.gov.
    6515--Patient Monitoring System Software and Hardware, Durahm VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to procure a one-time upgrade of the patient monitoring system at the Durham VA Medical Center, transitioning from the Intelli Vue Information Center (PIC 3) to the PIC 4 system. This procurement is justified as a sole source acquisition with Philips North America, LLC, under FAR 6.302-1, and is critical for maintaining the quality of patient monitoring services at the facility. The contract will be for a period of less than one year, and only Original Equipment Manufacturer (OEM) products will be accepted, explicitly prohibiting gray market or remanufactured items. Interested parties capable of fulfilling this requirement must submit their interest and capabilities to Monique Cordero at monique.cordero@va.gov by January 13, 2026, at 10:00 AM EST.
    J065 | Viewpoint Software Support and Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking contractors to provide support and maintenance services for the Viewpoint Wireless Temperature Monitoring System, as outlined in a Sources Sought Announcement. The procurement aims to gather information on potential vendors who can deliver comprehensive service agreements, including hardware/software warranties, unlimited support, system monitoring, and on-site calibration of NIST probes for various healthcare facilities in Southern Nevada. This initiative is crucial for ensuring proper temperature management within VA healthcare settings, thereby maintaining safety and compliance with federal regulations. Interested parties must respond by February 26, 2025, at 1:00 PM Pacific Time, and are encouraged to contact Gary Christensen at gary.christensen@va.gov for further details.
    6515--608-26-1-7915-0001: PHILIPS PERIOP MONITORS (VA-26-00015456)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for Philips Perioperative Monitors for the Veterans Affairs Medical Center (VAMC) in Manchester, New Hampshire, under Solicitation Number 36C24126Q0156. The procurement includes specific requirements for IntelliVue MX550 US monitors, MMX modules, thermal array recorder modules, air hoses, as well as clinical configuration, implementation services, project management, and installation/de-installation labor. These monitors are critical for enhancing patient monitoring capabilities in perioperative settings, ensuring high-quality care for veterans. Quotes are due by January 13, 2026, at 11:00 AM EST, and must be submitted to Kyle McCrory at Kyle.McCrory@va.gov, with the award based on a comparative evaluation of price, technical capability, and past performance.
    J063--MILWAUKEE VAMC - New Pharmacy Cache Relocation Security Upgrade (VA-26-00027765)
    Veterans Affairs, Department Of
    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.
    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.