Notice of Intent - Johnson Controls Utility Monitoring and Control System
ID: W912WJ24X0036Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA
Timeline
    Description

    Notice of Intent - Johnson Controls Utility Monitoring and Control System

    The Department of Defense, specifically the Department of the Army, through the W2SD ENDIST NEW ENGLAND office, has issued a Special Notice for the procurement of a utility monitoring and control system. This system is intended to be used for the new Nuclear Command, Control, and Communications (NC3) and Logistics Readiness Squadron (LRS) facilities to be constructed on Hanscom Air Force Base (HAFB).

    The procurement is for a brand name requirement from the manufacturer Johnson Controls to furnish and install the building automation system (BAS). The BAS must be interconnected and compatible with the existing base-wide Utility Monitoring and Control System (UMCS) on the HAFB campus, which is a Johnson Controls Metasys system. The integrated system needs to provide transfer and remote viewing of HVAC information, alarming, trending, and performance monitoring from the existing UMCS workstations in Building 1810. It must also annunciate critical alarms to the main central UMCS front-end control system in Building 1810 for immediate acknowledgement and control. The system must ensure reliable operation and control for critical equipment, safety alerts, security notifications, and data collection of emergency events.

    This notice of intent is not a request for competitive proposals. It is a market research tool to determine the availability of other qualified sources that can meet the requirements of the Johnson Controls BAS. The Government will consider all responses received within 15 days of the posting of this notice. The determination to require the brand name for the Johnson Controls BAS for the NC3/LRS procurement based on this notice is solely within the discretion of the Government. Inquiries regarding this notice should be submitted via email within 15 days to heather.m.skorik@usace.army.mil, with the subject line "W912WJ24X0036 Johnson Controls Utility Monitoring and Control System".

    This procurement notice is for the sole source requirement of a Network Automation Engine by Johnson Controls for the new Acquisitions Management Facility (NC3) and the new Logistics Readiness Squadron (LRS) facilities to be constructed on Hanscom Air Force Base (HAFB).

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to Sole Source and Request for Information (RFI) regarding the procurement of Allen-Bradley Programmable Logic Controllers (PLC) for the 9-Mile Pump Station construction project in St. Clair Shores, Michigan. The procurement intends to specify the brand-name requirement for the Allen-Bradley PLCs on a sole source basis from Rockwell Automation, the sole manufacturer of these essential components, which are critical for industrial automation and control systems across various applications. Interested firms capable of providing a compatible equivalent product are encouraged to respond via email, as this notice is not a solicitation for competitive proposals and is subject to change. For further inquiries, contact Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.
    Justification and Approval for AWEMS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Southwest, is seeking approval for the use of brand name commercial equipment from Johnson Controls International (JCI) for programmable building controllers. This procurement is aimed at facilitating the interface with the existing Area-Wide Energy Management System (AWEMS) in the San Diego metro area, ensuring efficient energy management in residential buildings. The Class Justification and Approval (CJ&A) for this action is critical as it allows for the integration of specialized equipment necessary for the project's success, with the authority to act under this justification expiring on April 9, 2024. Interested parties can reach out to Kathy Dai at kathy.y.dai.civ@us.navy.mil or Larry Romig at larry.g.romig.civ@us.navy.mil for further information.
    5998--BAS-METASYS CONTROLLER FOR CENTRAL MONITORING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of a BAS-Metasys Controller intended for central monitoring at the VA Medical Center in Montgomery, Alabama. This procurement aims to establish central monitoring for airflow validation in Supply Chain Management Operations, particularly within Sterile Processing Service areas, to comply with VHA Directive 1761 and other relevant mandates. The selected vendor will be responsible for supplying six control panel assemblies that integrate with the existing Building Automation System for real-time monitoring of room pressure, without the inclusion of labor or installation services. Interested offerors must submit their proposals to Quincy L. Alexander at Quincy.Alexander@va.gov by 12 PM Eastern Time on December 24, 2025, to be considered for award, with the solicitation expected to be posted on or before December 10, 2025.
    Notice of Intent to Sole Source for construction and renovation of Building 4517 at Seymour Johnson AFB, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is seeking to procure construction and renovation services for Building 4517 at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The project includes a sole-source requirement for the Best Coremax Keying System and various Furniture, Fixtures, and Equipment (FF&E) items, with specific part numbers and detailed descriptions provided for each item. This procurement is critical for enhancing the operational capabilities of the facility, ensuring that all products are made in the USA. Interested parties must submit a capability statement to Ethan Phillips at ethan.s.phillips@usace.army.mil by 1:00 PM ET on December 26, 2025, to be considered for this opportunity.
    Notice of Intent (NOI) to Sole Source AND Request for Information (RFI)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, has issued a Notice of Intent (NOI) to sole source specific REXA X3L Actuator parts for the construction of the 9-Mile Pump Station in St. Clair Shores, Michigan. The procurement involves the acquisition of brand-name actuators, which are critical for precise positioning and reliable control in various industrial applications, with specific model requirements including X3L 15000-36-D-P-C2 (1 unit), X3L 15000-60-D-P-C2 (2 units), and X3L 40000-D,P9-P-C2 (2 units). REXA, Inc. is the sole manufacturer of these actuators, and while contractors can install the product, REXA must be present at start-up to verify installation. Interested firms capable of providing a compatible equivalent product are encouraged to respond by January 13, 2026, at 2:00 PM (Eastern), with their firm details and supporting documentation to Michelle Barr at michelle.barr@usace.army.mil or Lisa May at lisa.m.may@usace.army.mil.
    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.
    J&A Siemens Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a sole-source contract with Siemens Industry Inc. for the maintenance of HVAC systems at Camp Murray, Washington. This procurement is necessitated by the unique requirements of the Desigo CC system already installed at the facility, as Siemens is the only authorized provider of certified technicians and parts for this specialized equipment. The estimated value of the contract is $40,150, and it is classified as a Firm Fixed Price modification, with the justification for limited competition having been reviewed and approved by the contracting officer. Interested parties can reach out to the 194th Contracting Office via email at 194.WG.FAL.MSC.Contracting@us.af.mil for further inquiries.
    Notice of Intent to Award a Sole Source Contract - Kirtland AFB C4 (Command, Control, Communications, and Computer) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for Command, Control, Communications, and Computer (C4) Services in support of Kirtland Air Force Base in New Mexico. This procurement aims to fulfill the requirements outlined in task order FA9401-23-F-0007, as detailed in the attached Sole Source justification document. The C4 services are critical for ensuring effective communication and operational command within military operations. Interested parties can reach out to Andrew Pascoe at andrew.pascoe@us.af.mil or Heather Shepard at heather.shepard.5@us.af.mil for further inquiries regarding this opportunity.
    NOTICE OF INTENT TO SOLE SOURCE - NPMS
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source contract for annual preventative maintenance services for the Negative Pressure Mail Suite (NPMS) at its warehouse facility in Springfield, Virginia. The contract, which will be awarded to American Safe Air, the original equipment manufacturer, includes quarterly preventative maintenance, inspections, and repairs of various components of the NPMS, which is critical for processing incoming mail for bio-hazardous and physical threats. Interested parties who believe they can provide the required services are encouraged to contact Teresa Roshau-Delgado by December 18, 2025, at 10:00 AM EST, as the procurement will follow FAR Part 13 procedures and is not open for competitive quotations.
    J&A for Brand Name Lenel OnGuard
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Marianas office, is seeking to procure the Lenel OnGuard security software under a Justification and Approval (J&A) for brand-name specification. This procurement is specifically for design-bid-build construction services that require the latest version of the Lenel OnGuard software, which is deemed essential for the security software system being developed. The decision to limit competition is based on the impracticality of obtaining equivalent products from other manufacturers, although a market survey is planned to explore future alternatives. Interested parties can reach out to Teresa Aguon at teresa.f.aguon.civ@us.navy.mil or Doris Castro at doris.r.castro.civ@us.navy.mil for further information regarding this opportunity.