H312--Fire System Upgrades/Semi Annual Inspections-CI POP: 01/01/2025 to 12/30/2026 4
ID: 36C26325Q0042Type: Presolicitation
Overview

Buyer

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

NAICS

Building Inspection Services (541350)

PSC

INSPECTION- FIRE CONTROL EQUIPMENT (H312)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 23, intends to award a sole-source, firm-fixed price contract for fire system upgrades and semi-annual inspections of Simplex Fire Alarm Systems to Johnson Controls, Inc. This contract, which will be effective from January 1, 2025, to December 30, 2026, is necessitated by the proprietary nature of the existing fire alarm systems, which require upgrades that seamlessly integrate with current infrastructure. The services provided by Johnson Controls are critical for maintaining operational safety and compliance within VA healthcare facilities. Interested vendors may submit capability statements to Marie N. Weathers at marie.weathers@va.gov by October 9, 2024, although the VA anticipates that only Johnson Controls can fulfill the requirements outlined in this presolicitation notice.

    Point(s) of Contact
    Marie N WeathersContract Specialist
    605-347-2511 x16673
    Marie.Weathers@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) Network Contracting Office 23 intends to solicit a sole-source, firm-fixed price contract for fire system upgrades and semi-annual inspections, specifically for Simplex Fire Alarm Systems, to be executed by Johnson Controls, Inc. This contract, spanning from January 1, 2025, to December 30, 2026, arises from the proprietary status of Johnson Controls on the existing fire alarm systems. The VA requires these upgrades to seamlessly integrate with its current systems. The agency justifies this sole-source award under 41 U.S.C. 3304(a)(1), as Johnson Controls is identified as the exclusive provider capable of meeting its technical requirements. While not a formal solicitation, other vendors may submit capability statements by October 9, 2024, but the VA has indicated that it anticipates only Johnson Controls can fulfill the necessary criteria. This presolicitation notice reflects the VA's objective to maintain operational safety and compliance within its healthcare facilities while emphasizing the unique capabilities offered by Johnson Controls as a critical service provider.
    Similar Opportunities
    J041--BAS Maint & Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contract Office 23, intends to issue a Firm-Fixed Price contract for the maintenance and repair of the Metasys Building Automation System, which is proprietary to Johnson Controls, Inc. This sole-source procurement aims to upgrade the existing system that controls various mechanical and electronic systems across the St. Cloud VA Health Care System, including heating, ventilation, air conditioning, lighting, and security. Interested parties are invited to submit capability statements, including company details and authorization from the original equipment manufacturer, by 4:00 PM CST on July 9, 2024, to the Contract Specialist, Becky M De Los Santos, at Becky.DeLosSantos@va.gov. The contract will cover a base year and four option years, with the total estimated cost to be determined.
    6515--Corepoint Software License & Support - VISN Period of Performance: 11/01/2024 - 10/31/2025
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Corepoint Health, LLC for the CorePoint Health HL7 Engine Software, which is critical for the VISN 23 Healthcare System. This contract, effective from November 1, 2024, to October 31, 2025, is justified under federal procurement regulations, as Corepoint Health is the only vendor capable of meeting the VA's unique software and service requirements necessary for integrating with existing systems. The proprietary software is essential for maintaining security services for veterans within the VA Healthcare System. Interested vendors may submit their capability statements to Contract Specialist Marie Weathers at marie.weathers@va.gov by October 8, 2024, to express their interest in potentially competing for this procurement.
    H112--Fire Extinguisher-Kitchen hood inspection RFI ends 10/11/ 2024
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide fire extinguisher and kitchen hood inspection and maintenance services at the Oklahoma City VA Health Care System. The scope of work includes annual inspections of 360 fire extinguishers and biannual maintenance of seven kitchen hood fire protection systems, all in compliance with the National Fire Protection Association (NFPA) standards. This Request for Information (RFI) is intended for market research purposes only, with no contract award resulting from this notice; interested vendors must respond by October 11, 2024, to the Contracting Officer, Jeffery Eller, at jeffery.eller@va.gov, with details regarding their business size and capabilities.
    J065--INTENT TO SOLE SOURCE | CAREFUSION Pyxis Maintenance and Support Services | ONE BASE PLUS FOUR OPTION YEARS | CLARSBURG VA MEDICAL CENTER
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to award a sole-source contract for maintenance and support services for CareFusion Pyxis automated medication dispensing systems at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. The contract will cover a base year from November 1, 2024, to October 31, 2025, with options for four additional years, requiring comprehensive preventive and corrective maintenance services, including parts, labor, and 24/7 remote support from fully qualified field service engineers authorized by the original equipment manufacturer. These services are critical to ensuring the safety and operational efficiency of medical equipment used in patient care. Interested vendors must provide detailed company and capability information if they wish to challenge the sole-source designation, and inquiries can be directed to Contracting Officer Amy Walter at AMY.WALTER1@VA.GOV.
    J045--Medical Gas Piping Annual Inspection and Testing John D. Dingell VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors to provide Medical Gas Piping Annual Inspection and Testing services at the John D. Dingell VA Medical Center in Detroit, MI. The procurement aims to ensure compliance with regulatory standards, including those set by the Joint Commission and the National Fire Protection Association, through comprehensive inspections and testing of medical gas systems. This contract is critical for maintaining safety and reliability in healthcare services provided to veterans, reflecting the federal commitment to high-quality care. The estimated contract value is $11.5 million, with the solicitation expected to be available on or about September 23, 2024, and proposals due by October 7, 2024. Interested bidders must be registered in the System for Award Management (SAM) and can direct inquiries to Contract Specialist Alexis S. Alexander at Alexis.Alexander1@va.gov.
    Steam Trap Monitoring System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for a Steam Trap Monitoring System, specifically for software licensing and remote maintenance services of the proprietary Armstrong “Sage” system provided by Utility System Solutions Inc. This procurement is crucial for maintaining the operational efficiency of steam systems within VA facilities, ensuring compliance with warranty conditions through certified technicians. The contract period is set from October 18, 2024, to October 17, 2025, with interested parties invited to submit capabilities statements by October 11, 2024. For inquiries, contact Alecia M Mitchell at alecia.mitchell@va.gov.
    J065--NOTICE OF INTENT TO SOLE SOURCE Steris Corporation Sterilizers Service Contract 5 Year Contract
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source service contract to Steris Corporation for the preventative maintenance of sterilizer systems at the Washington DC Veterans Affairs Medical Center. This five-year contract will encompass all necessary labor, materials, and parts for maintaining government-owned sterilizer systems, ensuring compliance with various health and safety standards. The services provided will include scheduled preventive maintenance, unscheduled repairs, and parts replacement, with a strong emphasis on minimizing equipment downtime and maintaining operational capacity. Interested parties can contact Contracting Officer William Chris Galletta at William.Galletta@va.gov for further details, with the contract period set from November 1, 2024, to October 31, 2029.
    DA01--Intent to Sole Source Syngo Upgrade
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Siemens Medical Solutions USA, Inc. for the Syngo Upgrade, which involves essential upgrades and functional enhancements for existing servers at the San Diego VA Medical Center. This procurement is justified under Federal Acquisition Regulations (FAR) 6.302-2, permitting the government to contract with a single source when only one supplier can fulfill the requirement. The upgrades are critical for maintaining the operational efficiency and effectiveness of the medical services provided at the facility. Interested parties must submit their capability statements, including past performance experience and proof of licensure, by 12:00 PM Pacific Time on October 11, 2024, to Charity Cazee at charity.cazee@va.gov, referencing notice 36C26224Q1883.
    J--Tyco Alarm Maintenance
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance services for TYCO Alarm. This service is used to ensure the proper functioning and upkeep of TYCO Alarm systems. The contract will be a Firm Fixed Price (FFP) contract and will be awarded to a small business. The contract will have a base year of twelve months and four option periods of twelve months each. The RFQ package will be available for download on or about 23 March 2017. Interested contractors must be registered in the System for Award Management (SAM) database to be eligible for the award. For more information, contact the POC identified in the synopsis.
    J065--WASHINGTON DC | INTENT TO SOLE SOURCE | SUN NUCLEAR SUPPORT SERVICES ONE BASE YEAR PLUS FOUR OPTION YEARS | 11/01/2024 TO 10/31/2025 UCD 10/31/2029
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) in Washington, DC, intends to award a sole-source contract for support services related to Sun Nuclear equipment utilized in the Radiation Oncology department. This contract will cover one base year from November 1, 2024, to October 31, 2025, with four additional one-year options extending through October 31, 2029, and will include comprehensive maintenance services such as preventive and corrective maintenance, requiring all parts and services to be OEM certified. The importance of this procurement lies in ensuring the operational integrity and safety of medical equipment critical for patient care, while also emphasizing compliance with safety regulations and the protection of patient health information. Interested vendors, particularly service-disabled veteran-owned and small businesses, are encouraged to submit their qualifications to the primary contact, Amy Walter, at Amy.Walter1@va.gov, as this notice serves as market research and is not a solicitation for bids.