J063--CCure Security Maintenance and Support Services Intent to Sole Source
ID: 36C24125Q0258Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

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

    The Department of Veterans Affairs (VA) intends to award a sole-source contract for maintenance and support services of the C-CURE 9000 security systems at the VA Connecticut Healthcare System locations in West Haven and Newington. This procurement is necessitated by the requirement for proprietary services that can only be provided by Johnson Controls Inc. (JCI), the sole authorized dealer of the software, ensuring that critical security systems are maintained by factory-certified technicians. The contract is vital for upholding high security standards at VA facilities, and interested parties may express their interest and submit supporting documents to the Contracting Officer, Nathan Langone, by February 21, 2025, to determine if a competitive procurement process is warranted.

    Point(s) of Contact
    Nathan LangoneContract Specialist
    (603) 624-4366
    Nathan.Langone@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) intends to award a sole-source contract for the maintenance and support of the C-CURE 9000 security systems installed at the VA Connecticut Healthcare System in West Haven and Newington. This decision is based on the requirement for proprietary services that can only be delivered by Johnson Controls Inc. (JCI), the sole authorized dealer of the software. The contract will ensure proper maintenance of critical security systems, software, and physical access devices through factory-certified JCI technicians. Interested parties may express their interest and submit supporting documents to the Contracting Officer, Nathan Langone, by February 21, 2025. This Special Notice aims to determine whether a competitive procurement process is warranted. However, the ultimate decision rests solely with the Contracting Officer. This document highlights the unique nature of the required services and the VA's commitment to maintaining high security standards at its facilities.
    Lifecycle
    Similar Opportunities
    J065--Carefusion - Pyxis Support - Hardware and Software
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract for the service and support of the Pyxis Medication Dispensing System to Carefusion Solutions LLC, the Original Equipment Manufacturer (OEM). This procurement is necessitated by the proprietary nature of the Pyxis system, which restricts service provision to Carefusion alone, ensuring the integrity and functionality of this critical medical equipment. The contract will be a One-Time, Firm Fixed Price agreement managed by the VA Medical Center in Providence, Rhode Island, with responses due by February 25, 2025. Interested parties can direct inquiries to Contract Specialist Fred Revah at frederic.revah1@va.gov or by phone at 207-623-8411.
    J065--Canon CT Scanner Service Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Canon Medical Systems Inc. for maintenance services on government-owned Canon CT scanners. This procurement is necessitated by the proprietary nature of the required services, as only Canon can provide the essential maintenance using their exclusive software and parts, ensuring compliance with maintenance requirements. The importance of this contract lies in the critical role that properly maintained CT scanning equipment plays in delivering quality healthcare services to veterans. Interested vendors may submit capability statements within ten days of this notice, and for further inquiries, they can contact Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581.
    DA10--Telephonic & Remote Software Support Services Base Plus Option Years POP: 03/01/2025 - 02/28/2030
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for telephonic and remote software support services, with a contract period from March 1, 2025, to February 28, 2030. The procurement aims to provide 24/7 technical support, updates, and troubleshooting for the C-Cure 9000 Series S PACS security system, ensuring timely responses and compliance with VA security requirements. This initiative is critical for maintaining the operational efficiency of security systems within veterans' healthcare facilities, with an estimated contract value of $47 million set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties must submit their proposals by February 26, 2025, and can direct inquiries to Contract Specialist Thomas Parsons at thomas.parsons2@va.gov or by phone at 918-577-3532.
    J065--FY25 Service - Stryker ProCare Prevent (Base 4)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to award a one-year sole source contract to Stryker Sales, LLC for ProCare Prevent Maintenance Coverage at the Buffalo VA Medical Center. This contract will cover preventative maintenance and unscheduled repairs for medical equipment, ensuring the operational readiness and reliability of critical healthcare tools. The procurement falls under NAICS Code 811210, with a small business size standard of $34 million, and is classified under Product Service Code J065, which pertains to the maintenance and repair of medical, dental, and veterinary equipment. Interested firms are invited to submit their capabilities by February 26, 2025, at 12:00 PM EST, although this is not a request for competitive quotes, and the government may proceed with the sole source award if no responses are received. For further inquiries, interested parties can contact Contracting Officer Taylor Richter at Taylor.Richter@va.gov or by phone at (716) 862-7461 x24868.
    J059--AWARD NOTICE for Building Temp Controls Maintenance IDIQ SFVAHCS
    Buyer not available
    The Department of Veterans Affairs is announcing a federal contract opportunity for the maintenance of building temperature controls at the Iowa City Department of Veterans Affairs (SFVAHCS). The awarded contract, valued at $3,413,495.89, was granted to Johnson Controls, Inc., and falls under the product service code J059, indicating a focus on maintenance and repair services. This contract is crucial for ensuring efficient climate control within VA facilities, thereby supporting the agency's commitment to high operational standards. Interested parties can reach out to Senior Contracting Officer Joshua I Imdacha at Joshua.Imdacha@va.gov or call 319-339-7017, with responses to the solicitation due by March 28, 2025, at 4 PM Central Time.
    J065--SUNSERVICE PREMIER SUPPORT CONTRACT
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source contract to Sun Nuclear Corp for the SunServices Premier Support Contract, which will provide essential maintenance and support for specialized medical equipment at the Richmond Veterans Affairs Medical Center (VAMC). This contract encompasses unlimited technical support, software updates, repair services, and preventative maintenance for devices such as the MultiMet-WL QA and Daily QA 3 Wireless, highlighting the unique and specialized nature of the services required. The contract is set to commence on May 1, 2025, with a base period and four option years, and interested parties may submit capability statements to the Contract Specialist, NaTasha Hawkins, at Natasha.Hawkins@va.gov or by phone at 757-316-3937. This notice serves to inform potential vendors of the procurement opportunity, although it does not constitute a request for competitive quotes.
    J063--FY25 SERVICES (BASE+4) | Lenel Security Service Agreement | 528A6
    Buyer not available
    The Department of Veterans Affairs is seeking qualified small businesses to provide maintenance and support services for the Lenel security system at the Bath VA Medical Center for fiscal year 2025, with options for four additional years. The procurement aims to ensure comprehensive maintenance of security systems, including video surveillance, access control, and alarm monitoring, emphasizing prompt service and technical support. Interested vendors, particularly those that are Service-Disabled Veteran Owned, Veteran Owned, Women Owned, 8(a), HUBZone, and Small Disadvantaged Businesses, must respond by February 21, 2025, with documentation of their qualifications and status as certified Lenel Value Added Resellers. Responses should be submitted via email to Contract Specialist Nathan Northrup at nathan.northrup@va.gov, and all vendors must be registered in SAM.gov.
    SOLE SOURCE BADGE READERS INSTALLATION
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking a contractor for the sole source installation of Automated Access Control Systems (AACS) at Building 297, which houses the Nuclear Supply Department. The primary objective of this procurement is to enhance security by replacing the existing system while ensuring operational efficiency and continuity during the transition. Contractors must meet specific requirements, including certifications such as ISO9001:2008 and advanced integrator certification, and adhere to safety protocols in compliance with OSHA standards. Interested parties should contact Chantay Johnson at chantay.c.johnson.civ@us.navy.mil for further details, noting that the closing date for submissions has been extended to February 21, 2025, at 4:00 PM EST.
    J065-- EXACT VU TRANSDUCER REPAIR (EXACT IMAGING)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole-source firm-fixed-price contract for the repair and enhancement of the ExactVU System, specifically for the San Diego VA Medical Center. This procurement aims to ensure that the system is upgraded to the latest version and functionalities, which are critical for the VA's imaging capabilities. The selected contractor for this project is JE Hurley Company, based in Colorado Springs, Colorado, and all capable vendors are invited to submit their past performance experience and confirm their status as licensed providers. Interested parties must submit their qualifications by February 28, 2025, at 12:00 PM Pacific Time, and inquiries can be directed to Contract Specialist Charity Cazee at charity.cazee@va.gov or by phone at 520-792-1450.
    VoiceOver Pro Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source, firm-fixed price contract for VoiceOver Pro Maintenance to Voicebrook, Inc. This procurement is necessitated by the proprietary nature of the equipment, which can only be supplied by the Original Equipment Manufacturer, ensuring that the VA system receives the essential support it requires. Vendors are invited to submit capability statements if they believe they can meet the specific demands outlined by the VA, although this notice does not constitute a solicitation for competitive quotes. Interested parties should direct all inquiries to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079, with a response deadline set for March 2, 2025.