The Department of Veterans Affairs (VA) Network Contracting Office (NCO) 21 has issued a Combined Synopsis/Solicitation Notice (36C26125Q0961) for a sole source procurement to Munters Corporation. This acquisition is for the purchase and installation of components for an ACC Munters Replacement Controller Upgrade at the VA Honolulu Medical Center, Hawaii. The required items include a Human Machine Interface (HMI), an HMI bracket, and a factory-programmed LS1628 PLC. The procurement is justified as sole source under FAR 13.106-1(b)(1) because Munters Corp.'s products are the only available system that meets the VA's requirements. The NAICS code is 333415 (Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing) with a small business size standard of 1,250 employees. Quotes are due by November 18, 2025, at 12:00 PM PST to Contract Specialist David Rovner (david.rovner@va.gov). Businesses believing they can provide these items must submit written notice and supporting evidence to the same email by the deadline. Offerors must be registered in the System for Award Management (SAM).
The Department of Veterans Affairs (VA) is issuing a pre-solicitation announcement for an ACC Munters Replacement Controller Upgrade at the VA Pacific Islands HealthCare System in Honolulu, HI. This project, identified by solicitation number 36C26125Q0961, falls under NAICS Code 333415 (Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing) and PSC Code 4120 (Air Conditioning Equipment). The solicitation will be a sole source set aside, with a Request for Proposal (RFP) expected around November 2025. Contractors must be registered in SAM and verified by the SBA as a Service-Disabled Veteran Owned Small Business (SDVOSB) to be eligible for award. A draft Statement of Work (SOW) and redacted sole source justification are available for review. The response date for this presolicitation is September 30, 2025.
The document is a Service Contract Act (SCA) Wage Determination, specifically WD # 2015-5689, which is active and was last revised on July 8, 2025. This standard (area-wide) wage determination applies to American Samoa (Manu'a, Rose Island, Western, Eastern, Swains Island), Hawaii (Honolulu), and Johnston Island. The file details the functional area as the Service Contract Act and indicates that it is a current and applicable wage determination for these specified geographic locations. The document serves to provide official wage and benefit requirements for service contracts in these areas, ensuring compliance with federal labor laws.
This government Request for Quotation (RFQ) 36C26125Q0961, issued by the Department of Veterans Affairs, seeks a sole-source contractor, Munters Corporation, for an ACC Munters Replacement Controller Upgrade at the VA Pacific Islands Health Care System in Honolulu, HI. The project, set for February 13-16, 2026, involves supplying and installing new equipment, including a touch display and I/O LS1628, along with PLC programming and updated display screens. The contractor will perform installation and start-up over a three-day holiday weekend, including travel from the mainland. The RFQ emphasizes adherence to FAR clauses, including those related to Buy American, combating trafficking in persons, and electronic payment submissions. Offers are due by November 18, 2025, at 12:00 PM PST. The contract will be a firm-fixed-price award, with price being the primary consideration. The NAICS code is 333415 for Air-Conditioning and Warm Air Heating Equipment Manufacturing, with a size standard of 1250 employees. Invoices will be submitted electronically at the time of delivery/installation.
The Department of Veterans Affairs, VA Pacific Islands Health Care System, issued a single source justification for the upgrade of obsolete controller boards for a laboratory Munters air conditioner/dehumidifier. The unit, eight years old, requires a new controller due to the unavailability of direct replacements for the current board. Munters Corp. is identified as the sole authorized supplier due to proprietary software, specialized factory-trained technicians, and exclusive intellectual property. Market research confirmed Munters Corp. as the only source, despite efforts to find alternative contractors and local representatives. Research utilizing FPDS showed 778 contract actions with Munters Corp., and SBA VetCert identified numerous small businesses in related NAICS codes, but GSA Advantage did not list the required components. The procurement is justified as a sole source requirement under FAR 13.106-1(b)(1).
This Statement of Work outlines the replacement of obsolete controller boards for a Munters Packaged Air Conditioner Unit (PACU) at the VA Pacific Islands Health Care System in Honolulu, Hawaii. Munters will provide and install current standard controls, including a new touch display, mounting bracket, and factory-programmed I/O LS1628, within the existing enclosure. The work is scheduled for February 14-16, 2026, a three-day holiday weekend, with completion and full functionality required by the end of the third day. If not functional, Munters must provide backup AC units. A 12-month warranty on workmanship, programming, and compatibility is required. The contractor must have at least three years of experience maintaining, servicing, and testing similar equipment and provide trained field service representatives. The document also includes extensive requirements for federal records management, emphasizing compliance with NARA policies, proper handling of federal records, and obligations regarding data, security, and subcontracting. All contractor employees handling records must complete VHA-provided records management training.
VAAR 852.219-76 outlines the Department of Veterans Affairs' (VA) requirements for limitations on subcontracting for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs) in federal contracts. The regulation mandates that offerors certify compliance with subcontracting limits, typically not exceeding 50% of the government-paid amount to non-certified firms for supplies or products, excluding material costs. For non-manufacturers, the rule requires supplying products from domestic small business manufacturers or processors, unless a waiver is granted. Offerors must also certify their status as a manufacturer or non-manufacturer, meeting specific criteria regarding employee count and business operations. The certification process is critical, as false or fraudulent certifications can lead to severe penalties, including criminal prosecution, fines, and debarment. Contractors must cooperate with VA requests for documentation to verify compliance, with failure to do so potentially resulting in remedial action. The certification is a mandatory component of the bid, quotation, or proposal, and its absence renders an offer ineligible for evaluation and award.
The Department of Veterans Affairs, VA Pacific Islands Health Care System, is seeking a single-source justification for the procurement of obsolete controller boards for their Munters air conditioner/dehumidifier unit. The current eight-year-old unit requires an upgrade to a newer controller board before the existing one fails, as there is no direct replacement. Munters Corp. is identified as the sole authorized supplier due to proprietary software and intellectual property, necessitating factory-trained technicians for programming and installation within a three-day timeframe. Market research, including past contractor experiences and database checks (FPDS, SBA VetCert, GSA Advantage, SAM.gov), confirmed Munters Corp. as the exclusive source for these components. Despite identifying numerous small businesses in the relevant NAICS code, Munters Corp. does not list the components on GSA Advantage. The contracting officer approved the single-source purchase in accordance with FAR 13.106-1(b).
This Statement of Work outlines the replacement and upgrade of obsolete controller boards for a Munters Packaged Air Conditioner Unit at the VA Pacific Islands Health Care System in Honolulu, HI. The project, scheduled for February 14-16, 2026, requires Munters to install new control components, program the system, and verify operational functionality. A 12-month warranty is mandatory, and the contractor must have at least three years of experience with similar equipment. The document also details comprehensive federal records management obligations, requiring the contractor to comply with NARA policies, safeguard federal records, and ensure proper handling and disposition of all contract-related information, with specific provisions for subcontractors and data ownership by the U.S. Government.