Notice- Brand Name Justifications for BAMC - W9127824R0122
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST MOBILEMOBILE, AL, 36602-3630, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking to justify the use of brand name specifications for the operation and maintenance contract at Brooke Army Medical Center (BAMC) in Texas. The procurement specifically involves the Johnson Controls, Incorporated (JCI) METASYS Energy Management and Control Systems and the Simplex Fire Alarm Control Panel (FACP), both of which are critical for maintaining the operational integrity and safety of BAMC, a vital Level I Trauma Center. The justification for these brand-specific acquisitions is based on the proprietary nature of the systems, which necessitates specialized maintenance and integration with existing infrastructure, ensuring compliance and safeguarding patient well-being. Interested parties can reach out to LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil for further information.

    Files
    Title
    Posted
    The Justification and Approval (J&A) document from the U.S. Army Corps of Engineers outlines the need for utilizing the Simplex Fire Alarm Control Panel (FACP) for an operation and maintenance task order at Brooke Army Medical Center (BAMC) in Texas. This task order is part of a larger Indefinite Delivery Indefinite Quantity (IDIQ) contract in support of the Defense Health Agency. The selection of Simplex is justified by the proprietary nature of its systems, which necessitates specialized maintenance and integration with existing fire alarm infrastructure. Given the complexities and the critical functions of BAMC, which is a premier trauma center, the acquisition by other than full and open competition is cited under 10 U.S.C. 3204(a)(1). Despite attempts to stimulate competition through public notices, no alternatives were proposed. Using any system other than Simplex would require significant additional investment in new equipment that is compatible with the existing systems. The impact of not approving this J&A could lead to operational inefficiencies and increased risks to safety due to incompatible systems. Thus, Simplex FACP's integration remains essential for the mission's success and the continuous protection of BAMC's facilities.
    The U.S. Army Corps of Engineers has issued a Justification and Approval (J&A) for Other Than Full and Open Competition regarding the brand name specification of Johnson Controls, Incorporated (JCI) METASYS Energy Management and Control Systems (EMCS) for the operation and maintenance contract at Brooke Army Medical Center (BAMC) in Texas. This brand-specific acquisition supports the Defense Health Agency and is intended for a seed project encompassing minor construction and repairs at BAMC, which is a vital Level I Trauma Center for the DoD. The J&A cites 10 U.S.C. 3204(a)(1) allowing limited competition due to the proprietary nature of the JCI METASYS system, which is critical for maintaining BAMC's operational functionalities. The JCI system has been integral since 1986, with no viable alternatives existing that meet the facility's needs without incurring significant costs for new systems. Efforts to promote competition have been shown to be ineffective, as no alternate bids were received when sought. The inability to approve this J&A would jeopardize the maintenance and operational integrity at BAMC, impacting health and safety for patients. In conclusion, the document emphasizes the necessity of using the JCI METASYS brand to ensure operational continuity, maintain compliance, and safeguard patients' well-being at BAMC.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Veterans Affairs, Department Of
    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.
    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.
    Renovation Bldg. 52, Kansas Air National Guard, McConnell AFB, Kansas
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for the renovation of Building 52 at McConnell Air Force Base in Kansas. This project involves the use of specific brand-name items to ensure compliance with standards for security alarm systems, fire alarm systems, utility meter readings, and direct digital controls systems. The identified brands include Advantar Alarm System, Notifier Fire Alarm System by Honeywell, and Schneider Electric products, which are critical for maintaining operational integrity at the base. Interested contractors can reach out to Jeri L. Halterman at Jeri.l.Halterman@usace.army.mil or by phone at 816-389-2198 for further details regarding the procurement process.
    Bridge for Biomedical Equipment Technicians
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure services related to the maintenance, repair, and rebuilding of medical, dental, and veterinary equipment and supplies at Joint Base San Antonio (JBSA) Ft Sam Houston, Texas. This opportunity is focused on supporting biomedical equipment technicians, ensuring that critical medical equipment remains operational and effective for military healthcare services. The procurement is vital for maintaining the readiness and reliability of medical equipment used in various military operations. Interested parties can reach out to Kathy Clayton at kathy.g.clayton.civ@health.mil or by phone at 210-539-8663 for further details regarding this opportunity.
    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.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    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.
    Notice of Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Biomerieux, Inc. for the maintenance of government-owned BacT/ALERT 3D equipment. This procurement aims to ensure the continued operational readiness and reliability of critical medical diagnostic equipment, which plays a vital role in healthcare settings. The contract will be awarded as a firm-fixed-price agreement under the authority of FAR 13.106-1(b)(1), with the North American Industry Classification System (NAICS) code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance. Interested parties may direct inquiries to Bobby Etheridge at bobby.j.etheridge.civ@health.mil; however, this notice is not a request for competitive proposals, and no reimbursement will be provided for information submitted.
    Facility Related Control Systems (FRCS) building heating, ventilating and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC NW Region
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Northwest, is seeking procurement for Facility Related Control Systems (FRCS) specifically focusing on building heating, ventilating, and air conditioning (HVAC) system Direct Digital Controllers for various projects within the NAVFAC Northwest Region. The objective of this procurement is to enhance the efficiency and control of HVAC systems, which are critical for maintaining optimal environmental conditions in military facilities. The place of performance for this contract will be in Silverdale, Washington, with Barbara Young as the primary contact for inquiries, reachable at barbara.a.young1.civ@us.navy.mil or by phone at 360-396-0210. Interested parties should refer to the attached Class J&A for further details regarding the justification and requirements of this opportunity.
    Redacted Justification & Approval (J&A)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, has issued a Justification and Approval (J&A) notice related to the procurement of electrical control equipment under the PSC code 6110. This opportunity involves a redacted justification document, indicating the need for specific electrical control equipment that is critical for defense operations. The procurement is essential for maintaining operational readiness and ensuring the effectiveness of military systems. Interested parties can reach out to Jamal Brooks at jamal.brooks@dla.mil or by phone at 586-467-1154 for further details regarding this opportunity.