J041--WebCTRL Building Automation System Maintenance Service
ID: 36C25225Q0195Type: 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- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT (J041)
Timeline
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 21, 2025, 4:00 PM UTC
Description

The Department of Veterans Affairs, through the Great Lakes Acquisition Center (GLAC), intends to negotiate a sole source contract with Automated Logic Contracting Services, Inc. for the maintenance of the WebCTRL Building Automation System. This procurement is essential for sustaining existing operations, as Automated Logic is the only vendor authorized to provide these specific maintenance services. The contract will consist of a one-year base period with four optional one-year extensions, and interested vendors must submit their qualifications and supporting documentation to the Contracting Officer, Robert Ruska, by 10:00 AM CST on January 21, 2025, to be considered for this opportunity. No solicitation documents are available, and the government retains discretion over whether to initiate a competitive procurement based on the responses received.

Point(s) of Contact
Robert RuskaContracting Officer
(414) 844-4800
Robert.Ruska@va.gov
Files
Title
Posted
Jan 15, 2025, 8:12 PM UTC
The Great Lakes Acquisition Center (GLAC) intends to negotiate a sole source contract with Automated Logic Contracting Services, Inc. for the maintenance of the WebCTRL Building Automation System. This action falls under the authority of 41 U.S.C. 1901, which permits simplified acquisition procedures when only one responsible source can meet the agency's requirements. The contract will be for a one-year base period, with four optional one-year extensions. The North American Industry Classification System (NAICS) code is 238220, and the service is crucial for sustaining existing operations. Vendors wishing to challenge this sole source notice must inform the Contracting Officer, Robert Ruska, by January 21, 2025, 10:00 AM CST, providing adequate documentation of their capabilities, including authorization from the original equipment manufacturer. The government retains discretion over whether to initiate a competitive procurement based on the responses received. This notice is not a solicitation for competitive quotes but serves to outline the maintenance service needs of the Department of Veterans Affairs.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
J065--Base YR (09/01/2025 - 08/31/2025) + 4 OYs Leica Laboratory Equipment Maintenance
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract with Leica Microsystems, Inc. for the maintenance and emergency repairs of Leica BONDMAX slide stainers and IPC histology slide printers at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This contract will cover a base year from September 1, 2025, to August 31, 2026, with four optional years, and is justified under the authority of 41 U.S.C. 1901, as only the OEM can meet the specific service requirements. The procurement emphasizes the necessity for new, authorized equipment and prohibits gray market or counterfeit items, ensuring that all services are performed by OEM-certified technicians. Interested vendors must submit capability statements, including proof of OEM authorization and technician certification, by April 23, 2025, to Eileen Meyer at eileen.meyer@va.gov.
J065--Romell - Reviewed & Ready New Base+4 MAGVENTURE FULL SERVICE CONTRACT (VA-25-00035112)
Buyer not available
The Department of Veterans Affairs, specifically the Great Lakes Acquisition Center, is seeking to negotiate a sole source contract with MagVenture Inc. for the provision of preventative maintenance and emergency repairs for Transcranial Magnetic Stimulation systems at the Edward Hines, Jr. VA Hospital in Hines, Illinois. This contract will be structured as a firm fixed price agreement covering a base year plus four optional years, with the base period extending through March 31, 2026. The services are critical for maintaining the operational integrity of essential imaging equipment, and eligible bidders must have trained personnel capable of providing 24-hour emergency response for repairs. Interested parties must submit their capability statements by email to Contract Specialist Romell Parrott at Romell.Parrott@va.gov by 5:00 PM CST on April 11, 2025, to be considered for this opportunity.
J041--HVAC Chiller Service
Buyer not available
The Department of Veterans Affairs is seeking qualified firms to provide HVAC chiller maintenance services for 12 chiller systems at the Tomah VA Medical Center in Wisconsin. The procurement aims to identify contractors capable of delivering OEM certified preventative maintenance, which includes tasks such as annual coil cleaning, operational checks, and leak testing, while ensuring compliance with OSHA regulations. This initiative is crucial for maintaining the facility's operational efficiency and may lead to a contract set-aside for veteran-owned or small businesses, adhering to limitations on subcontracting. Interested parties must submit their capability statements and relevant business information to Contract Specialist Lori Eastmead at lori.eastmead@va.gov by 10:00 AM local time on April 23, 2025.
Q517--PND 06-30-2025- (North) - 436 - Omnicell 12 months of Advantage Support Services
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, Inc. for the provision of preventative maintenance and support services for their medication supply systems. This contract will cover comprehensive support for 146 pieces of Omnicell equipment, including maintenance, emergency repairs, and software upgrades, ensuring compatibility with the VISTA inventory system and maintaining a 96% uptime for operational efficiency. The estimated period of performance for this contract is from July 1, 2025, to June 30, 2030, with responses due by May 9, 2025. Interested parties must submit their responses via email to Contract Specialist David Glanton at david.glanton@va.gov, and all contractors must be registered in the System for Award Management (SAM) by the response deadline.
6515--Notice of Intent to Sole Source - ViewPoint Upgrades & Additional Sensors
Buyer not available
The Department of Veterans Affairs intends to issue a Sole Source procurement for upgrades to the Mesalab ViewPoint Continuous Environmental Monitoring software and additional sensors, specifically targeting all VA Medical Centers within the VISN 23 network. This initiative aims to replace outdated GEN3 Environmental Monitoring hardware with GEN4 systems and acquire additional temperature and humidity sensors to ensure compliance with VHA directives regarding medication and supply management. The selected vendor, EIO Inc. (dba Medical Resources), is deemed the only source capable of fulfilling these unique requirements, which are critical for maintaining safe and regulated environments in healthcare operations. Interested parties may express their interest and capability by submitting responses to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov by May 5, 2025, at 5:00 p.m. Mountain Time.
VISN 7 GE MUSE Service Agreement
Buyer not available
The Department of Veterans Affairs (VA) is planning to award a sole source contract for the GE MUSE Service Agreement, which will provide software maintenance, technical support, and upgrades for the MUSE NX cardiology information management solution utilized in VISN 7 facilities across Alabama and South Carolina. This procurement is essential for ensuring reliable access to critical healthcare software support and is justified under 41 U.S.C. 3304(a)(1) and FAR 13.106-1(b) for single-source solicitation. Interested parties are invited to demonstrate their capabilities by April 28, 2025, with the anticipated contract award date set for May 15, 2025. For further inquiries, potential contractors can contact Amanda Luckie at amanda.luckie@va.gov or Thomas Nicholls at thomas.nicholls@va.gov.
J065--Getinge Autoclave Bioseal Maintenance Agreement Intent to Sole Source For Louis Stokes Cleveland VA Medical Center
Buyer not available
The Department of Veterans Affairs intends to negotiate a sole source contract for the Getinge Autoclave Bioseal Maintenance Agreement for the Louis Stokes Cleveland VA Medical Center. This procurement aims to secure reliable maintenance services for the Getinge Autoclave Bioseal, which is critical for ensuring the operational efficiency of medical equipment used in veteran healthcare. The contract will be awarded to Getinge USA Sales LLC, as they are deemed the only source capable of fulfilling the requirements, with responses due by April 24, 2025, at 10:00 a.m. Eastern Time. Interested contractors may submit a capabilities statement to Sara Wood, Contract Specialist, at sara.wood1@va.gov, although this is not a competitive solicitation and the government will not reimburse any costs incurred in responding to this notice.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
INTENT TO SOLE SOURCE | New Philips Dynacad Uronav Service | WASHINGTON DC VA MEDICAL CENTER | BASE PLUS FOUR OPTION YEARS | 05/15/2025 to 05/14/2026 UCD 05/14/2030
Buyer not available
The Department of Veterans Affairs (VA) is issuing a Special Notice regarding an intent to sole source a contract for maintenance and support of the Philips UroNav Fusion Biopsy and DynaCAD 5 systems at the Washington DC VA Medical Center. The contract will cover a base year from May 15, 2025, to May 14, 2026, with options for four additional years, requiring the contractor to provide all necessary labor, equipment, and materials for both preventive and corrective maintenance, ensuring an equipment uptime of 98%. This specialized support is crucial for maintaining the operational integrity of critical medical equipment used in the VA healthcare system, which adheres to strict compliance and quality standards. Interested vendors should contact Amy Walter at Amy.Walter1@va.gov for further details, as this announcement serves as a market research tool and does not obligate the government to award a contract.
PreSolicitation 36C25225Q0173-Automatic Door Repair and Preventative Maintenance Services at the Hines VAMC
Buyer not available
The Department of Veterans Affairs is preparing to issue a solicitation for Automatic Door Repair and Preventative Maintenance Services at the Hines VA Medical Center in Hines, Illinois. This presolicitation notice indicates that the formal request for quotes will be available around April 7, 2025, with quotes due by April 28, 2025, at 3:00 PM Central Time. The services are crucial for maintaining essential systems that ensure the safety and accessibility of healthcare facilities for veterans. Interested vendors can reach out to Contract Specialist William McQuade at William.McQuade@va.gov for further inquiries regarding this opportunity.