J063--Intent to Sole Source Additional Fire Alarm Sprinkler Installation, Repair, and Maintenance at VA Illiana Health Care System, Danville, IL
ID: 36C25224Q0844Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF252-NETWORK CONTRACT OFFICE 12 (36C252)MILWAUKEE, WI, 53214, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
    Description

    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Johnson Controls Fire Protection LP for additional fire alarm sprinkler installation, repair, and maintenance services at the VA Illiana Health Care System in Danville, IL. This procurement is conducted under the authority of 41 U.S.C. 1901, utilizing simplified acquisition procedures, indicating that only one responsible source can meet the agency's requirements. The contract will be a firm fixed-price agreement for a one-time purchase, emphasizing compliance with VA standards for critical safety systems. Interested firms must submit capability statements by email to Justin Lemke at Justin.Lemke@va.gov by 8:00 AM CST on September 20, 2024, to demonstrate their qualifications, although this notice does not constitute a request for competitive quotes.

    Point(s) of Contact
    Lemke, JustinContract Specialist
    (414) 844-4800
    Justin.Lemke@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Johnson Controls Fire Protection LP for fire alarm sprinkler installation, repair, and maintenance at the VA Illiana Health Care System in Danville, IL. This decision falls under the statutory authority of 41 U.S.C. 1901 and utilizes simplified acquisition procedures, indicating that only one responsible source can fulfill the agency's requirements. The contract will be a fixed-price agreement for a one-time purchase. Interested firms may submit capability statements to demonstrate their qualifications by the response deadline of September 20, 2024, at 8:00 AM CST. However, this notice does not constitute a request for competitive quotes, and telephone inquiries will not be accepted. The procurement process remains at the government's discretion, and if no alternative proposals arise, negotiations with Johnson Controls will proceed. This notice emphasizes the necessity of compliance with VA standards and identifies the relevant market codes involved in the procurement process.
    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.
    Master Fire Alarm and Suppression Inspection, Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Master Fire Alarm and Suppression Inspection, Repair, and Maintenance services at the Walla Walla Veterans Administration Medical Center. This five-year contract, with an estimated total funding of $47 million, aims to consolidate fire system inspection, testing, repair, and maintenance to ensure compliance with VA directives, National Fire Protection Association (NFPA) codes, and federal regulations. The services are critical for maintaining fire safety across 25 buildings and a water tower on the campus, as well as oversight of three leased clinics, thereby ensuring the protection of VA facilities and personnel. Interested parties should contact Craig Brown at craig.brown7@va.gov or call 360-696-4061 EXT 31504 for further details, with the contract set to commence on September 25, 2024, and four option years available.
    Z2DA--537-17-115: SPS Construction Phase 2, 3 &4
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "SPS Construction Phase 2, 3 & 4" project at the Jesse Brown VA Medical Center in Chicago, Illinois. The project involves comprehensive renovations in the SPS Department, including air handling unit replacements, demolition, air system installations, duct modifications, and electrical revisions, with an estimated completion time of 371 calendar days following the issuance of a Notice to Proceed. This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran-owned enterprises in federal contracting. Interested parties must register with the System for Award Management (SAM) and submit their letters of interest by September 9, 2024, with the solicitation details expected to be posted on September 30, 2024, and the bid opening scheduled for November 22, 2024. For further inquiries, contact Joshua K. Jackson, Contract Specialist, at Joshua.Jackson4@va.gov or call 414-844-4800.
    S222--INTENT TO SOLE SOURCE Medical Waste and Sharps Removal Services for the Jesse Brown VA Medical Center in Chicago, Illinois and affiliated CBOCs.
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract for Medical Waste and Sharps Removal Services at the Jesse Brown VA Medical Center in Chicago, Illinois, and its affiliated Community-Based Outpatient Clinics (CBOCs). The procurement will be awarded to NEIE Medical Waste Services, LLC, a verified Service-Disabled Veteran-Owned Small Business (SDVOSB), under statutory authority that allows for non-competitive procurement due to the specialized nature of the services and an anticipated contract value of under $5 million. This contract is crucial for ensuring the safe and compliant disposal of regulated medical waste, which is vital for maintaining health and safety standards in medical facilities. The contract will be for a three-month period from October 1, 2024, to December 31, 2025, after which a new contract with a base and four one-year options will be solicited through an open market. For further inquiries, interested parties can contact Contracting Officer Scott Sands at Scott.Sands2@va.gov or (414) 844-4800.
    H312--Fire Extinguisher Inspection and Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for a firm-fixed price contract for Fire Extinguisher Inspection and Maintenance Services at the Richard L. Roudebush VA Medical Center and associated facilities in Indiana. The contract, exclusively set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, requires comprehensive annual and five-year inspections, hydro-testing, and maintenance of fire extinguishing systems to ensure safety compliance across multiple locations. Interested contractors must submit their quotations by 1:00 PM (EDT) on September 26, 2024, with solicitation packages available around September 19, 2024, and all inquiries directed to Contract Specialist Tracy L. Granger at Tracy.Granger@va.gov by September 24, 2024. The anticipated award date for this contract is October 4, 2024, with an initial term of one year and four optional extensions.
    Master Fire Alarm and Suppression Inspection, Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide Fire System Inspection, Testing, Repair/Maintenance, and Recordkeeping services at the Jonathan M. Wainwright Memorial VAMC in Walla Walla, Washington. The procurement aims to ensure the safety and compliance of fire control systems within the facility, which is critical for the protection of both patients and staff. This opportunity is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a contract expected to be awarded as a Firm Fixed Price agreement for one year, with four optional extensions. Interested parties should contact Craig Brown at craig.brown7@va.gov, with the solicitation anticipated to be published on or around September 10, 2024, and responses due by September 20, 2024.
    Z1DA--Project 550-24-202 Demolish Buildings 31, 32, 33, 34, 37, 38
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the demolition of multiple buildings (31, 32, 33, 34, 37, 38, and adjacent buildings 75, 81, and 83) at the VA Illiana Health Care System in Danville, Illinois. The project aims to safely remove these structures while adhering to strict environmental and safety regulations, including the management of hazardous materials such as asbestos and lead-based paint. This initiative is crucial for maintaining a safe healthcare environment and facilitating future site developments. Interested contractors, particularly Service-Disabled Veteran-Owned Small Business (SDVOSB) firms, should note that the project budget is estimated between $500,000 and $1,000,000, with a completion timeline of 100 calendar days post-Notice to Proceed. For further inquiries, contractors can contact Amber Jendrzejek at Amber.Jendrzejek@va.gov, and must submit their proposals by the specified deadlines, including a pre-bid inspection scheduled for September 4, 2024.
    6550--VISN Multiplex PCR Testing Reagents/Consumables Intent to sole source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center, intends to negotiate a sole source contract with BioMerieux, Inc. for the provision of proprietary reagents and consumables necessary for PCR testing on government-owned devices across facilities in Wisconsin, Illinois, and Michigan. This procurement is essential to ensure that the VA can maintain high-quality healthcare services, as only BioMerieux is deemed capable of meeting the specialized requirements for these supplies. The contract will be established as a Blanket Purchase Agreement (BPA) under an existing contract, categorized as firm fixed price, and is being conducted in accordance with FAR 8.405-6. Interested firms must submit their qualifications and relevant customer references to the Contracting Officer, Teresa Beers, at teresa.beers@va.gov within seven calendar days from the publication date of this notice, as no competitive proposals will be solicited.
    DG01--Video Intercom Upgrade
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Video Intercom Upgrade project at the Jesse Brown VA Medical Center in Chicago, Illinois. The procurement involves replacing the existing video intercom system, requiring contractors to provide all necessary personnel, equipment, and materials, with a performance period of 240 days from the award date, followed by one year of warranty support. This upgrade is crucial for enhancing communication capabilities within the facility, ensuring compliance with VA security requirements, and improving service quality for veterans. Interested small businesses, including service-disabled veteran-owned entities, must submit their quotes by September 20, 2024, at 11:00 AM Central Time, with a total contract value estimated at approximately $19 million. For further inquiries, contact Richard Ruffin at richard.ruffin@va.gov or call 414-844-4800 x 43257.
    Notice of Intent to Sole Source Siemens Fire Monitoring Services Fort Leavenworth. -- S208
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a Sole Source contract for fire monitoring and security services at Fort Leavenworth National Cemetery, utilizing proprietary Siemens equipment. The procurement will cover fire and security monitoring and inspections for the Administrative Office, with a base contract period of one year and options for up to four additional years. This service is critical for maintaining safety and compliance at the cemetery, ensuring the effective operation of existing Siemens systems. The estimated total value of the contract is $13,997.38, with offers due by 10:00 AM EST on September 24, 2024, and the anticipated award date set for September 25, 2024. Interested parties may contact April Graves at april.graves@va.gov for further information.