SPECIAL NOTICE
J -- Metasys-Building Automation Systems (BAS) Services POP 11/1/2025-10/31/2026
- Notice Date
- 9/12/2025 1:57:26 PM
- Notice Type
- Special Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25926Q0005
- Response Due
- 10/3/2025 1:00:00 PM
- Archive Date
- 11/02/2025
- Point of Contact
- Christine Jarvis, Contract Specialist, Phone: 303-712-5784
- E-Mail Address
-
christine.jarvis@va.gov
(christine.jarvis@va.gov)
- Awardee
- null
- Description
- NOTICE OF INTENT TO SOLE SOURCE Metasys® Building Automation System (BAS) Preventative and Corrective Services The Department of Veterans Affairs, Network Contracting Office (NCO) 19, intends to award a sole source contract to a single source, Johnson Controls, Inc. for preventative and corrective parts and services for the existing Metasys® Building Automation System (BAS) by Johnson Controls, Inc. in Cheyenne Wyoming, and as described in -draft- Attachment A - Statement of Work. Metasys® BAS is proprietary to Johnson Controls, Inc. and is highly specialized. The BAS controls various electric, electronic, and mechanical systems throughout the many buildings of the Cheyenne WY Veterans Administration Medical Center (VAMC) campus. It integrates different types of building systems together into one centralized location, primarily to control heating, ventilation, and air conditioning. Metasys ® BAS is proprietary to Johnson Controls, Inc. Johnson Controls, Inc. does not authorize third party vendors to provide parts or service for the Metasys® Building Automation System. The proprietary nature of this requirement has been verified with an intent to sole source with no responses. Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per 41 USC §3304(a)(1) as implemented by FAR 6.302-1. The applicable NAICS Code is 561510 and the size standard is $34 Million. This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement along with the information requested below, which shall be considered by the Government. The Government will consider responses received by the closing date of this notice. The information received will be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement or a small business set-aside competitive procurement. The Government will not pay for any information received in response to this announcement. If the Government decides to compete this requirement, a synopsis shall be issued utilizing the combined synopsis/solicitation procedure identified in FAR 12.603. No solicitation documents are available, and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish a capability statement and supporting evidence/information about its products, services, and certified technicians, as well as authorization from the OEM to provide service to the Contracting Officer by 10:00AM (Mountain Time) 10/07/2025. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirements. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Contracting Officer will proceed with the sole source requirement to Johnson Control Inc. RESPONSES TO THIS NOTICE OF INTENT TO SOLE SOURCE SHALL INCLUDE ANSWERS/RESPONSES TO THE FOLLOWING: What is your company s Socioeconomic Status? (ex: small business, large business, SDVOSB, etc.) What is your company s SAM UEI and CAGE Code? Note: Contractors must have a current registration in the System for Award Management (SAM) at https://sam.gov/SAM/ Provide a capability statement, and general and technical information describing your firm's products, services, as well as experience on contracts requiring similar efforts to meet the program objectives. List your company projects (Government and Commercial) that are similar in scope and size to this requirement. If your company plans on subcontracting, demonstrate that you will meet the limitations on subcontracting (LOS) per FAR 52.219-14 for Small Businesses; VAAR 852.219-74 for SDVOSB/VOSB. Provide GSA Contract Number, if applicable. Provide Original Equipment Manufacturer (OEM) authorization that your firm is authorized to provide the proprietary Metasys® products/services. Explain how your company has the capacity to provide all the products and services as detailed in the Performance Work Statement (PWS). Is your company primarily engaged in retail or wholesale trade and normally sells the type of item/services being procured? Provide a list of *Certified Technicians, experience, and equipment, facilities, available to fulfil this requirement. *Technicans must have a minimum of three years experience with healthcare facilities and be familiar with Veterans Administration (VA) or other Federal Government facilities and procedures. Does your company take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice? Provide references from other customers who are using Metasys® products and services provided by your company. *Failure to provide the information requested above (items 1-12) will be considered non-responsive and will not be considered a viable source.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/744a05d7bb37446986cf69bcb8f0d29c/view)
- Record
- SN07588557-F 20250914/250912230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |