J059--Notice of Intent to Sole Source - ASCO Critical Power Management System/Automatic Transfer Switches Maintenance Services for the Minneapolis VA Health Care System
ID: 36C26326Q0213Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 23 (36C263)Saint Paul, MN, 55101, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Veterans Affairs, through Network Contracting Office 23, intends to award a sole source, Firm Fixed Price contract to ASCO POWER SERVICES, INC. for Critical Power Management System and Automatic Transfer Switches Maintenance Services at the Minneapolis VA Health Care System. This contract, which includes a Base plus one Option Year, is justified under FAR 13.106-1 due to ASCO's proprietary equipment and software, making them the only source capable of fulfilling these specific requirements. The services are critical for ensuring the reliability and functionality of power management systems within the healthcare facility. Interested parties who believe they can meet the requirements must submit a capability statement, including their SAM Unique Entity ID and Taxpayer Identification Number, by December 19, 2025, at 12:00 PM Central Time to Alisha Milander at Alisha.Milander@va.gov.

    Point(s) of Contact
    Alisha MilanderContracting Officer
    701-239-3700 x3176
    Alisha.Milander@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs, Network Contracting Office 23, intends to award a sole source, Firm Fixed Price contract to ASCO POWER SERVICES, INC. for Critical Power Management System/Automatic Transfer Switches Maintenance Services at the Minneapolis VA Health Care System. This contract, with a Base + 1 Option Year, is justified under FAR 13.106-1 because ASCO Power Services, Inc. is the only source capable of providing these services due to proprietary equipment, software, and the company's policy of not allowing third parties to perform work. Market research, including a search of the SBA Small Business database, confirmed that while many vendors exist under NAICS 811310, only ASCO can meet the specific requirements. Interested parties who believe they can fulfill the requirements must submit a capability statement, including SAM UEI, TIN, and proof of authorized distributorship/resellership, by December 19, 2025, at 12:00 PM Central Time to Alisha Milander (Alisha.Milander@va.gov).
    Similar Opportunities
    J061--Generator Maint
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Caterpillar Generator Maintenance services at the Minneapolis VA Health Care System. This procurement is a total Small Business set-aside, requiring qualified contractors to provide preventative maintenance, OEM parts, and certified technicians for comprehensive inspections, oil and filter changes, cooling system maintenance, and valve train adjustments. The contract includes a base year from February 1, 2026, to January 31, 2027, with the possibility of two option years, emphasizing compliance with various FAR and VAAR clauses, including limitations on subcontracting. Interested offerors must submit quotes and technical questions via email to Contract Specialist Robert Bennett by December 16, 2025, and quotes are due by December 23, 2025, at 4:00 PM.
    4120--HVAC Controls Equipment - Install
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a Sole Source, Firm-Fixed Price contract to Johnson Controls Inc. for the installation of Direct Digital Control (DDC) equipment at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS. This procurement is necessitated by the proprietary nature of Johnson Controls' Metasys system and control equipment, which has been confirmed through market research as the only responsible source capable of fulfilling the agency's requirements. Interested parties may express their interest and capability to meet this requirement by submitting compelling evidence to the primary contact, Andrew T Misfeldt, at andrew.misfeldt@va.gov by 10:00 AM CST on December 15, 2025. The estimated value of this acquisition is below $250,000, and it is crucial for potential vendors to be registered in the System for Award Management (SAM) and the VetBiz Registry if applicable.
    J065-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE SERVICES
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract for Millipore Reverse Osmosis Equipment Inspection and Maintenance Services to EMD Millipore Corp. This contract will cover preventive maintenance for clinical laboratory reagent water systems at the Southeast Louisiana Veterans Health Care System, with services including annual maintenance visits, replacement of worn parts, software updates, and unlimited troubleshooting. The contract is set for one base year, from January 10, 2026, to January 9, 2027, and interested parties must submit a capabilities statement by December 27, 2025, at 8:00 AM CST to Marcus Sidney at marcus.sidney@va.gov. This notice is not a request for quotations, and all respondents must be registered with SAM.gov to be eligible for award consideration.
    J065--Intent to Sole Source - Omnicell Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), Network Contract Office 21, intends to award a sole source firm fixed price contract to Omnicell, Inc. for maintenance and repair services of Government-owned Omnicell automated supply dispensing equipment within the Pacific Islands Health Care System. The contractor will be responsible for providing comprehensive services, including onsite, telephonic, and emergency repairs across various VA facilities in Hawaii, ensuring adherence to manufacturer recommendations and applicable regulations. This procurement is critical as Omnicell is the sole manufacturer and exclusive provider of the necessary support services, with no authorized third parties available to fulfill these requirements. Interested parties who believe they can meet the service needs must submit their capabilities and an authorization letter from Omnicell to the Contracting Officer, Durell Salaz, at durell.salaz@va.gov by December 16, 2025, at 10 A.M. PST.
    Annual Generator Maintenance Services at Seattle and American Lake VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors to provide annual generator maintenance services at the Seattle and American Lake VA Medical Centers. The required services include annual inspections, performance verification, oil and fuel filter changes, coolant system maintenance, and load bank testing for various Caterpillar and Cummins generators, in compliance with Joint Commission standards and VA directives. This opportunity is part of a Sources Sought Notice aimed at gathering information to identify potential sources for a contract that will include a base year and four option years. Interested parties should contact Adam Hill at Adam.Hill3@va.gov or 360-553-7678 to express their interest and provide the requested company information and capability statements by the specified deadline.
    J061--UPS IT Battery Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide UPS IT Battery Maintenance Services under solicitation number 36C25626Q0210. The contract encompasses preventive maintenance and emergency services for UPS systems located in Biloxi, MS, and Pensacola, FL, including 24/7 emergency support with a four-hour response time, labor, travel, and two annual preventative maintenance inspections. This service is critical for ensuring the reliability and functionality of IT infrastructure, which supports the operations of the Veterans Health Care System. Interested parties must submit their offers by December 19, 2025, at 10:00 AM CST, and can direct inquiries to Contract Supervisor John L. Walker at John.Walker15@va.gov or Rene' Impey at rene.impey@va.gov.
    J046-- MILLIPORE REVERSE OSMOSIS EQUIPMENT INSPECTION AND MAINTENANCE
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a sole-source contract to EMD Millipore Corp. for inspection and maintenance services of reverse osmosis equipment at the Southeast Louisiana Veterans Health Care System. The procurement aims to secure specialized preventive maintenance and repair services for clinical laboratory reagent water systems, which are critical for ensuring the quality and reliability of laboratory operations. This contract will cover a base year from January 10, 2026, to January 9, 2027, under NAICS code 621511 and PSC code J046. Interested parties may submit capabilities statements by December 28, 2025, at 8:00 AM CST to marcus.sidney@va.gov, as the government will assess these submissions to determine the viability of competition; otherwise, negotiations will proceed solely with EMD Millipore Corp.
    J061--Generator Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide generator maintenance services at the Clement J. Zablocki Medical Center in Milwaukee, WI. The procurement includes comprehensive maintenance, inspection, and testing services for generators and automatic transfer switches (ATS), with a contract period spanning from February 2026 to January 2031, consisting of a base year and four option years. This maintenance is crucial for ensuring the reliability and operational continuity of the medical center's power infrastructure, which includes a detailed inventory of generators and ATSs that must adhere to strict compliance and testing protocols. Interested contractors should contact Derrick A. Paquette at Derrick.Paquette@va.gov for further details, with all proposals due by the original deadline specified in the solicitation.
    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.
    J061--636-26-1-5058-0029 - Service - UPS Maintenance - NWI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa VA Healthcare System located in Omaha, NE. This procurement, designated as a combined synopsis/solicitation (36C26326Q0162), requires contractors to provide semiannual preventive maintenance, battery replacement, and full-service repair for various UPS units, with a focus on compliance with industry standards and manufacturer recommendations. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and will span a base period from January 1, 2026, to December 31, 2030, with quotes due by December 17, 2025, at 5:00 PM CST. Interested parties should submit their quotes via email to Contract Specialist James Miller at james.miller4@va.gov.