H166--Air Flow Testing Services - Siemens
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
DEPARTMENT OF VETERANS AFFAIRS
VETERANS HEALTH ADMINISTRATION
October 21, 2025
SPECIAL NOTICE NOTICE OF INTENT TO SOLE-SOURCE
Natus Equipment Preventive Maintenance, Inspection & Calibration
36C25026Q0059
The Detroit VA Medical Center (DVA) requires Airflow Testing & Balancing Services in coordination with the Siemens Desigo Building Management System.
Network Contracting Office (NCO) 10 intends to issue a sole-source solicitation to Siemens (Siemens), 45470 Commerce Center Drive, Plymouth, Michigan 48170, for airflow testing and balancing services in coordination with the Siemens Desigo Building Management System. Per Siemens Original Equipment Manufacturer (OEM) proprietary letter, Once air volumes have been read at the respective terminal, the flow coefficient will be adjusted in the Siemens terminal controller using WINCIS. The adjustments happen in the Siemens terminal controller, using Siemens WINCIS, which are proprietary. Siemens will also backup coefficient values from terminal controller to the local control panel and to the Siemens front end computer (also proprietary). This allows the database to be restored in the event of a failure of the local terminal controller. Due to the sensitive nature of the Critical Areas, the balancing and panel back-ups should only be done by Siemens qualified personnel employed by the local branch. This ensures the technician is professionally trained in backup and recovery of data. This also ensures that the technician is professionally trained to qualify the terminal units are working together to provide a proper air balance. This effort requires Siemens staff with specific Siemens training and certifications.
This commercial service procurement, therefore, is being conducted in accordance with FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. The NAICS code for this procurement is 811210, and the Small Business Administration Size Standard is $34.0M.
This Notice of Intent is not a request for competitive quotes. No solicitation document is available and telephone requests will not be accepted. However, any responsible source who believes it is capable of fully meeting the requirements may submit a quote, which may be considered by the agency, only if received by the closing date and time of this notice. Any response to this notice must show clear and convincing evidence that the responding company can meet the requirements of the Government. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government.
Responses to this notice are due on or before Wednesday, October 29, 2025 at 10:00 a.m., Eastern Time, to Jeannie Ortiz, Contracting Officer, via email at jeanne.ortiz@va.gov.