4120-- 36C26125Q0961 | ACC Munters Replacement Controller Upgrade VA Honolulu Medical Center, Hawaii
ID: 36C26125Q0961Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

AIR CONDITIONING EQUIPMENT (4120)
Timeline
    Description

    The Department of Veterans Affairs (VA) is seeking a sole-source contractor, Munters Corporation, for the ACC Munters Replacement Controller Upgrade at the VA Honolulu Medical Center in Hawaii. This procurement involves the purchase and installation of specific components, including a Human Machine Interface (HMI), an HMI bracket, and a factory-programmed LS1628 PLC, to replace obsolete controller boards in a Munters Packaged Air Conditioner Unit. The project is critical for maintaining operational efficiency and compliance with federal standards, with installation scheduled for February 14-16, 2026. Quotes are due by November 18, 2025, at 12:00 PM PST, and interested parties must contact Contract Specialist David Rovner at david.rovner@va.gov to submit their proposals or express their capability to fulfill the requirements.

    Point(s) of Contact
    David RovnerContract Specialist
    david.rovner@va.gov
    Files
    Title
    Posted
    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.
    Similar Opportunities
    Z2NZ--Replace Air Handling Units 1 & 2 at the Montgomery RO
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a firm-fixed-price contract to replace Air Handling Units 1 & 2 at the Montgomery Regional Office. This project, estimated to cost between $2,000,000 and $5,000,000, involves comprehensive construction, electrical, and mechanical work, including demolition and installation, with a performance period of 270 days. The initiative is crucial for maintaining the operational efficiency and safety of the facility, adhering to various federal and VA-specific codes and standards. Proposals are due by December 17, 2025, at 4:00 PM CT, and interested parties should contact Contract Specialist Jacalyn T. Hainey at Jacalyn.Hainey@va.gov for further information.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Buyer not available
    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.
    Z1DA--Upgrade HVAC System Phase II
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary labor, materials, equipment, and supervision to demolish, modify, and install a new HVAC system on the second floor of Building 143, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing the facility's operational efficiency and ensuring compliance with safety and building codes. Interested bidders must attend a mandatory pre-bid conference on December 11, 2025, submit RFI questions by December 18, 2025, and ensure bids are submitted by January 7, 2026, at 10:00 AM EST, with electronic bids due by January 6, 2026, at 5:00 PM EST. For further inquiries, contact Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Combined Synopsis Solicitation - 36C78626Q50013 - HVAC and BMS Maintenance Services for Calverton National Cemetery -- J041
    Buyer not available
    The Department of Veterans Affairs, National Cemetery Administration, is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) and Building Management System (BMS) maintenance services for Calverton National Cemetery under Solicitation Number 36C78626Q50013. The procurement aims to establish a firm-fixed-price contract for a twelve-month base year with four one-year options, encompassing seasonal HVAC maintenance, annual cleaning and reports, boiler system maintenance, and Delta Controls BMS monitoring for the Administration Building. This contract is crucial for ensuring the operational efficiency and comfort of the cemetery facilities, while also adhering to the dignity required in such a setting. Interested parties must submit their quotes by December 29, 2025, at 12:00 pm EST, and are encouraged to attend a site visit scheduled for December 15, 2025. For further inquiries, contact Contracting Officer Sarah Poole at sarah.poole1@va.gov.
    Combined Synopsis Solicitation - 36C78626Q50013 - HVAC and BMS Maintenance Services for Calverton National Cemetery -- J041
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Heating, Ventilation, and Air Conditioning (HVAC) and Building Management System (BMS) maintenance services for the Calverton National Cemetery in New York. The contractor will be responsible for performing maintenance services in accordance with the Statement of Work outlined in the solicitation. These services are crucial for ensuring the proper functioning of HVAC systems, which are essential for maintaining a suitable environment at the cemetery. Interested parties should contact Contracting Officer Sarah Poole at sarah.poole1@va.gov for further details, and must ensure to include a signed copy of any amendments with their quote package.
    Z1DA--658-24-106 Replace Bldg 16 HVAC
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Replace Building 16 HVAC" project at the Salem VA Medical Center in Virginia, with a focus on upgrading the HVAC systems in the facility. The project entails the replacement of existing air handling units and associated modifications, requiring contractors to provide all necessary labor, materials, and supervision while adhering to strict safety and operational protocols due to the facility's ongoing medical operations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has an estimated value between $500,000 and $1,000,000, with bids due by January 6, 2026, and a mandatory pre-bid conference scheduled for December 2, 2025. Interested contractors should contact Contract Specialist Taneil C. Crump at Taneil.Crump@va.gov for further details.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    J041--512 A5-26-008 Replace 17H Blast Chiller Condenser PERRY POINT MD VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to replace the 17H Blast Chiller Condenser at the Perry Point VA Medical Center in Maryland. The project entails the removal and disposal of the existing Master-Bilt Model BCLZ150UC condensing unit, installation of a new unit with matching specifications, and ensuring compliance with national and local codes, including safety protocols. This procurement is critical for maintaining the operational efficiency of the facility's refrigeration systems, which are essential for patient care and facility management. Interested parties must submit their capability statements and relevant business information by December 8, 2025, to the primary contact, John Ritter, at JOHN.RITTER2@VA.GOV or by phone at 843-814-0299.
    646-20-109 UD Chiller Capacity and Controls Upgrade
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the "UD Chiller Capacity and Controls Upgrade" project at the Pittsburgh VA Medical Center, specifically targeting contractors with existing Multiple Award Task Order Contracts (MATOC) for the Pittsburgh-Butler-Erie VA Medical Centers. The project entails extensive mechanical, electrical, plumbing, and structural upgrades to enhance the chiller capacity, including demolition and construction across multiple buildings, while adhering to strict safety and compliance standards. This initiative is crucial for modernizing the facility's infrastructure to ensure efficient operations and compliance with federal regulations. Proposals are due by December 30, 2025, at 3:00 PM EST, and interested contractors should contact Amy Demarest at Amy.Demarest@va.gov or Jeffrey Pruett at Jeffrey.Pruett@va.gov for further information.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.