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
    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
    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
    Similar Opportunities
    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.
    Z1DA--Confined Space Assessment Modification
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to enter into sole-source procurement negotiations with Azimuth Contracting, LLC for a Confined Space Assessment contract at the Jesse Brown VA Medical Center in Chicago, IL. This procurement is justified under Statutory Authority Public Law 109 Sec. 502 and VAAR 819.7008, allowing the VA to utilize non-competitive procedures with verified service-disabled Veteran-owned small businesses (SDVOSBs) for contracts under the simplified acquisition threshold. The assessment is critical for ensuring safety and compliance in confined spaces within the medical facility. Interested parties can reach out to Contract Specialist Derrick Paquette at derrick.paquette@va.gov or by phone at 414-844-4859, with a response deadline set for December 18, 2025, at 6:00 AM Central Time.
    VERTICAL TRANSPORTATION EQUIPMENT (VTE) MAINTENANCE SERVICES FOR NAVAL STATION GREAT LAKES, IL, CAPTAIN JAMES A LOVELL FEDERAL HEALTH CARE CENTER (FHCC) FACILITIES AND OTHER AREAS OF RESPONSIBILITY (AOR).
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking proposals for Vertical Transportation Equipment (VTE) maintenance services at Naval Station Great Lakes, Illinois, and the Captain James A. Lovell Federal Health Care Center. The contractor will be responsible for providing labor, management, tools, materials, and maintenance services, including diagnostic, repair, alteration, and minor construction of VTE and Direct Digital Control (DDC) systems, with a focus on ensuring operational safety and compliance through regular inspections and certifications. This procurement is particularly significant as it supports the operational readiness of critical facilities, ensuring that vertical transportation systems are maintained to high standards. Proposals are due by December 16, 2025, at 2:00 PM EST, and interested parties can contact Asia Bracey at asia.c.bracey.civ@us.navy.mil or Susan Roberts at susan.c.roberts4.civ@us.navy.mil for further information.
    Q201 - Behavioral Health Services for Clinicians
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Great Lakes Acquisition Center (GLAC), is preparing to issue Solicitation 36C25226Q0080 for Behavioral Health Services for Clinicians, aimed at supporting approximately 20,415 employees across all VISN 12 facilities. This procurement will involve a firm fixed price contract with a base period and four option years, focusing on delivering essential behavioral healthcare services. The solicitation is expected to be released around December 3, 2025, with a response deadline set for December 15, 2025. Interested parties can direct inquiries to Richard Ruffin at richard.ruffin@va.gov, noting that no telephone inquiries will be accepted.
    J059--AGFA Scheduling & Protocoling Software (VA-26-00027032)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for AGFA Scheduling & Protocoling Software to AGFA Healthcare Corporation, as outlined in their Notice of Intent. This procurement aims to secure a web-based solution that is PIV card-enabled, providing essential electronic scheduling and protocoling capabilities, along with necessary integration and managed services support. The selected software is critical for enhancing operational efficiency within the VA's healthcare system. Interested parties may submit a capabilities statement, including an authorization letter from the Original Equipment Manufacturer (OEM), by December 15, 2025, at 3:00 PM Eastern Time, to the Contracting Officer, Earnest Ellison, at Earnest.Ellison@va.gov.
    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.
    J065--Omnicell IVX Rx Framework Interface/IVX Vista Interface DSS Omnicell
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to award a sole-source contract to Omnicell, Inc. for maintenance and repair services on the existing Omnicell IVX Workflow Management System at the Central Arkansas Veterans HealthCare System in Little Rock, AR. This procurement aims to secure a firm fixed price contract covering a base year plus four option years for software maintenance and support, which includes bug fixes, minor upgrades, and telephone support. The Omnicell IVX system is critical for managing workflow in healthcare settings, particularly for military veterans, and the contract is justified as Omnicell, Inc. is the only vendor capable of providing these specialized services. Interested parties may submit letters of interest demonstrating their technical expertise by December 29, 2025, to the Contracting Officer, Joseph Warren, at joseph.warren@va.gov.
    J065--QMATIC Service | Follow on Base+4 | Start: 1/1/26 Chillicothe VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a service agreement for the Q-Matic Customer Flow Management System at the Chillicothe Veterans Affairs Medical Center (VAMC). This contract encompasses hardware and software maintenance, with a base period starting January 1, 2026, and extending through December 31, 2026, followed by four optional one-year extensions potentially lasting until 2030. The services are critical for maintaining efficient patient flow and minimizing disruptions in care, requiring on-site support during business hours and a rapid response for repairs. Interested vendors should contact Contract Specialist Christopher T. Council at Christopher.Council@va.gov for further details, and must adhere to the solicitation requirements outlined in document 36C25026Q0167.
    J065--QMATIC Service | Follow on Base+4 | Start: 1/1/26
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, is seeking proposals for a service agreement for the Q-Matic Customer Flow Management System at the Chillicothe Veterans Affairs Medical Center (VAMC). The procurement involves comprehensive hardware and software maintenance, including on-site support during business hours, a 4-hour telephone response time, 24-hour on-site repair, and a commitment to 95% equipment uptime. This service is critical for ensuring efficient patient flow and operational effectiveness within the medical facility. The contract will be a Firm Fixed Price type, commencing on January 1, 2026, with a base year and four optional one-year extensions. Interested parties can reach out to Contract Specialist Christopher T. Council at Christopher.Council@va.gov for further details.
    DF10--Omnicell and Oracle Health Integration
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with OmniCell for the integration of its Pharmacy OmniCell IVX system with the Oracle Health Federal Electronic Health Record (EHR) at the Jesse Brown VA Medical Center in Chicago, IL. The contractor will provide essential professional services, including software installation, interface integration, testing, and licensing, ensuring compliance with the existing Interface Control Document (ICD). This procurement is conducted under the authority of 41 U.S.C. 1901, as OmniCell is the only authorized distributor capable of fulfilling the requirements. Interested firms that believe they can meet these specifications must submit their capability statements to Derrick Paquette at derrick.paquette@va.gov by 6:00 AM Central Time on December 18, 2025, although the government retains discretion regarding the competitive procurement process.