J059--PREVENTIVE MAINTENANCE JOHNSON METASYS SYSTEM
ID: 36C24626Q0242Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Facilities Support Services (561210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    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.

    Point(s) of Contact
    Aleshia Hines-BestContracting Officer
    (919) 286-0411
    Aleshia.Hines-Best@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs Network Contracting Office 6 intends to award a sole-source, Firm-Fixed-Price purchase order to Johnson Controls, Inc. (JCI) for preventive maintenance services on the Metasys Building Control System at the Salisbury VA Medical Center. This special notice, identified by solicitation number 36C24626Q0242, is not a request for competitive quotations. JCI will perform routine checks, review set points, consult on energy management strategies, conduct network analysis, exercise seasonal changeovers, and perform general maintenance like lubrication and cleaning. The contract action is justified under FAR 13.106-1(b) for soliciting from a single source. The NAICS code for this requirement is 561210 with a small business size standard of $47.0 million. Responsible sources interested in demonstrating their capability to meet this requirement must submit information by January 13, 2026, at 3:00 PM EST to Contracting Officer Aleshia Hines-Best via email.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    5998--Building Automation System CONTROLLER FOR CENTRAL MONITORING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a vendor to supply six P2ABN-AG001NA1 Control Panel Assemblies for central monitoring of Sterile Processing Service (SPS) areas across multiple VA facilities. The primary objective of this procurement is to validate airflow in Supply Chain Management Operations areas, ensuring compliance with VHA Directive 1761, Joint Commission, CDC, and VA Directive 1116.01 requirements for environmental monitoring. This contract is classified as "parts only," meaning it excludes labor or installation services, and the equipment must integrate with the existing METASYS Building Automation System (BAS). Interested vendors should note that the offer due date is January 22, 2026, at 12 PM EST, and inquiries can be directed to Contracting Officer Quincy L. Alexander at Quincy.Alexander@va.gov.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 6, is soliciting bids for the replacement of the HVAC system in Building 16 at the Salem VA Medical Center, under Solicitation Number 36C24625B0029. The project involves comprehensive construction work, including the removal and replacement of HVAC ductwork and ceilings, installation of new air handling units, and necessary modifications to the fire suppression system, all while adhering to strict safety and operational protocols due to the facility's ongoing medical services. This project, valued between $500,000 and $1,000,000, is set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) and requires electronic bid submissions by January 19, 2026, with a public bid opening on January 20, 2026. Interested contractors can contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    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.
    H265--Medical Gas Preventative Maintenance Inspection
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the James A. Haley VA Medical Center, intends to award a sole-source contract to Technical Safety Services, LLC for medical gas preventative maintenance inspection and repair services. This procurement is necessitated by the unique requirements of the medical gas panel system, which only Technical Safety Services, LLC is authorized to maintain without jeopardizing the system's integrity, certification, and warranty. The services are critical for ensuring compliance with federal healthcare facility standards and maintaining operational reliability. Interested parties that believe they can meet these requirements may submit capability statements to Contracting Officer Katrina Tavares at katrina.tavares@va.gov by January 9th, 2026, at 11:00 PM EST, although the Government reserves the right to proceed with the sole-source negotiation if no acceptable responses are received.
    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.
    J044--Boiler Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, is seeking bids for boiler maintenance services at the Central Virginia VA Health Care System. The procurement includes comprehensive services such as annual internal and external boiler inspections, safety valve replacement and recertification, emergency repairs, and semi-annual dual fuel tuning for three Nebraska NSC46 boilers. This contract is particularly significant as it is a total set-aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), emphasizing the importance of supporting veteran-owned enterprises. Interested offerors must submit their bids by January 14, 2026, at 3 PM EST, following a mandatory site visit on January 13, 2026, and should direct any inquiries to Contract Specialist Cedric Frasier at cedric.frasier@va.gov.
    J059--Siemens Apogee/HVACR Maintenance Svcs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Announcement for Siemens Apogee/HVACR Maintenance Services at the Greater Los Angeles VA Healthcare System. The objective of this procurement is to identify potential contractors capable of providing comprehensive maintenance, monitoring, and upgrades for the Siemens Apogee Building Automation System and related HVACR components, ensuring a healthy and compliant environment for patient care. This initiative is critical for maintaining optimal HVAC system performance, which is essential for meeting safety and infection control standards as required by regulatory agencies. Interested parties must submit their company information, business type, and a detailed capability statement to Contract Specialist Jennell Christofaro at jennell.christofaro@va.gov by 09:00 AM Pacific Time on the specified due date.