J045--Cooling Tower Chilled Annual MAINTENANCE
ID: 36C26126Q0313Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT (J045)
Timeline
    Description

    The Department of Veterans Affairs, Network Contracting Office 21, is issuing a sole-source contract for the annual maintenance of cooling towers and Trane chillers, specifically requiring Metasys Release 14.1 Software from Johnson Controls Inc. This procurement is based on the determination that Johnson Controls Inc. is the only responsible source capable of providing certified OEM parts for the Metasys Building Automation System and factory-installed AFDs on the chillers. The contract will encompass a one-year base period with four additional option years, and interested parties must submit capability statements to Cynthia Diezel at cynthia.diezel@va.gov by 10:00 AM PST on January 9, 2026, referencing solicitation number 36C26126Q0313. Registration with the System for Award Management (SAM) is required for eligibility, and the anticipated contract will be a firm-fixed-price agreement.

    Point(s) of Contact
    Cynthia DiezelContracting Officer
    (916) 923-4567
    cynthia.diezel@va.gov
    Files
    Title
    Posted
    The Department of Veteran Affairs, Network Contracting Office (NCO) 21, issued an intent to sole source notice for annual maintenance of cooling towers and Trane chillers, including Metasys Release 14.1 Software, to Johnson Controls Inc. This non-competitive acquisition, under FAR 6.302-1, is due to the belief that Johnson Controls Inc. is the only responsible source capable of providing certified OEM parts for the Metasys Building Automation System (BAS) and factory-installed AFDs on chillers. The contract will include a one-year base period and four option years. Interested parties must submit capability statements to Cynthia.Diezel@va.gov by January 9, 2026, 10:00 AM PST, referencing solicitation number 36C26126Q0313. Failure to receive viable responses by the deadline will result in negotiations solely with Johnson Controls Inc. The government anticipates a firm-fixed-price contract, and registration with SAM is required for eligibility.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J059--PREVENTIVE MAINTENANCE JOHNSON METASYS SYSTEM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to award a sole-source Firm-Fixed-Price purchase order to Johnson Controls, Inc. for preventive maintenance services on the Metasys Building Control System at the Salisbury VA Medical Center. The procurement involves routine checks, energy management consultations, network analysis, seasonal changeovers, and general maintenance tasks such as lubrication and cleaning to ensure optimal performance of the system. This contract action is justified under FAR 13.106-1(b) for soliciting from a single source, with a small business size standard of $47.0 million under NAICS code 561210. Interested parties must submit their capability statements by January 13, 2026, at 3:00 PM EST to Contracting Officer Aleshia Hines-Best via email at Aleshia.Hines-Best@va.gov.
    J059--Metasys Retrofit
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Johnson Controls Inc. for a Metasys Retrofit project at the Providence VA Medical Center, specifically in Building 32. The project involves the removal of existing non-functional Trane Direct Digital Control (DDC) systems and their replacement with Johnson Controls' Metasys Extended Architecture DDC, which will be integrated into the facility-wide Building Management System (BMS). This upgrade is critical for maintaining operational efficiency and compatibility within the existing Metasys infrastructure, as Johnson Controls holds proprietary rights over the necessary hardware and software, limiting third-party access. Interested parties are invited to submit capability statements by January 9, 2026, to Rosangela Pereira at Rosangela.Pereira@va.gov, as the VA seeks to determine if competitive procedures could be utilized for this acquisition, although the final decision on competition remains at the government's discretion.
    J063--MILWAUKEE VAMC - New Pharmacy Cache Relocation Security Upgrade (VA-26-00027765)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to negotiate a sole source contract with Johnson Controls, Inc. for a Facility Security System Upgrade for the Pharmacy Cache system at the Milwaukee Veterans Affairs Medical Center (VAMC). This procurement is based on FAR 8.405-6, which indicates that Johnson Controls, Inc. is the only responsible source capable of fulfilling the agency's specific requirements. The upgrade is critical for enhancing the security of the pharmacy cache, ensuring compliance with safety standards and protecting sensitive materials. Interested firms that believe they can meet the requirements must submit their capability statements, including product details and customer references, to Michelle R. Klug at michelle.klug2@va.gov by January 12, 2026, at 3:00 PM Central Time. No competitive quotes will be accepted, and the government reserves the right to proceed with the sole source negotiation if no responses are received.
    5998--Building Automation System CONTROLLER FOR CENTRAL MONITORING
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a vendor to supply six P2ABN-AG001NA1 Control Panel Assemblies for central monitoring of Sterile Processing Service (SPS) areas across multiple VA facilities. The primary objective of this procurement is to validate airflow in Supply Chain Management Operations areas, ensuring compliance with VHA Directive 1761, Joint Commission, CDC, and VA Directive 1116.01 requirements for environmental monitoring. This contract is classified as "parts only," meaning it excludes labor or installation services, and the equipment must integrate with the existing METASYS Building Automation System (BAS). Interested vendors should note that the offer due date is January 22, 2026, at 12 PM EST, and inquiries can be directed to Contracting Officer Quincy L. Alexander at Quincy.Alexander@va.gov.
    J065--Siemens PET CT Biograph Emergency Repair/Replacement Parts
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 21 (NCO 21), intends to issue a sole-source contract for Siemens PET CT Biograph Emergency Repair and Replacement Parts. This procurement aims to secure preventative and corrective maintenance services exclusively using certified OEM parts, which Siemens Medical Solutions USA, Inc. is believed to be the only responsible source capable of providing. The contract will be a firm-fixed-price agreement, with a one-year base period anticipated, and interested parties are invited to submit capability statements by January 9, 2026, at 10 AM PST to Cynthia Diezel at cynthia.diezel@va.gov. All interested vendors must be registered with the System for Award Management (SAM) to be eligible for award consideration.
    Z2NB--542-26-105 | Correct FCA Deficiencies Chiller Plant | NCO 4 Construction East (VA-26-00010360)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Correct FCA Deficiencies Chiller Plant" project at the Coatesville VA Medical Center, specifically aimed at addressing deficiencies in the chiller plant. The project requires contractors to provide all necessary labor, materials, and equipment to install a water softening system, rooftop exhaust fans, motorized dampers, and other essential components, with a performance period of 120 calendar days from the notice to proceed. This construction effort is critical for maintaining efficient cooling operations within the facility, ensuring compliance with various safety and building codes. Interested bidders, particularly Service-Disabled Veteran-Owned Small Business Concerns, must submit their offers by January 16, 2026, at 10:00 AM EST, and can contact Contract Specialist Kevin A Rodgers at kevin.rodgers2@va.gov for further information.
    Boiler / Chiller Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for Boiler and Chiller Maintenance Services at the Garland VA Medical Center in Texas. The contract requires a comprehensive range of services, including testing, inspections, preventative maintenance, corrective repairs, and emergency services, with a focus on maintaining operational efficiency and safety of critical heating and cooling systems. This opportunity is set aside for certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and includes a base year with four one-year option periods, running from March 2026 to March 2031. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or call 210-694-6378 for further details, and note that the deadline for proposal submissions has been extended to January 14, 2026, at 1:00 PM CST.
    J065--New Package for 7 Wound VAC Machines Maintenance Service and Calibration
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with KCI dba Solventum, a 3M Company, for the maintenance, service, and calibration of seven Wound VAC machines. This procurement is justified under 41 U.S.C. 1901 Simplified acquisition procedures, as KCI is the proprietary vendor for this specialized medical equipment. The contract will be structured as a firm-fixed-price agreement, encompassing a base year and four option years, emphasizing the critical nature of maintaining these medical devices for patient care. Interested firms that believe they can meet the requirements must submit their capability statements and references to Contract Specialist Debbie Bruening via email by December 9, 2024, at 10:00 AM CST, as this notice is not a request for competitive quotes.
    J059--Siemens Apogee/HVACR Maintenance Svcs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Announcement for Siemens Apogee/HVACR Maintenance Services at the Greater Los Angeles VA Healthcare System. The objective of this procurement is to identify potential contractors capable of providing comprehensive maintenance, monitoring, and upgrades for the Siemens Apogee Building Automation System and related HVACR components, ensuring a healthy and compliant environment for patient care. This initiative is critical for maintaining optimal HVAC system performance, which is essential for meeting safety and infection control standards as required by regulatory agencies. Interested parties must submit their company information, business type, and a detailed capability statement to Contract Specialist Jennell Christofaro at jennell.christofaro@va.gov by 09:00 AM Pacific Time on the specified due date.
    Z2DA--Remediate Temperature Controls 539-21-108
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 10, is soliciting proposals for the remediation of temperature controls at the Cincinnati VA Medical Center under project number 539-21-108. This project, set aside exclusively for Service-Disabled Veteran-Owned Small Businesses, involves comprehensive upgrades to the HVAC control systems, including the installation of new JACE BACnet routers, integration of existing controls, and replacement of outdated systems to enhance operational efficiency and patient comfort. The estimated construction magnitude is between $5.5 million and $7.5 million, with a performance period of 730 calendar days following the Notice to Proceed. Interested contractors must submit their bids by January 23, 2026, at 2:00 PM EST, and can direct inquiries to Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov.