H342--Fire Protection Installation Workstation Upgrade
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.
Quick Summary
The Department of Veterans Affairs (VA), specifically Network Contracting Office 8 (NCO 8), has awarded a sole-source contract to JOHNSON CONTROLS FIRE PROTECTION LP for the Fire Protection Installation Workstation Upgrade at the C.W. Bill Young Veterans Administration Medical Center. The award, valued at $852,215.73, was made on April 15, 2026, following a Justification and Approval (J&A) for Other Than Full and Open Competition.
Scope of Work
This contract covers the upgrade of the existing Johnson Controls Fire Alarm System Workstation. The primary requirement is to enhance the fire alarm fiber communication network, which is proprietary to Johnson Controls, ensuring seamless integration and continued operational reliability of the medical center's fire protection system.
Contract Details
- Type: Sole-Source Award (Justification for Other Than Full and Open Competition)
- Awardee: JOHNSON CONTROLS FIRE PROTECTION LP
- Award Number: GS-06F-0054N36C24826F0117
- Award Amount: $852,215.73
- Award Date: April 15, 2026
- Published Date: March 31, 2026
- Contracting Office: Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), Bay Pines FL 33744
- Product Service Code: H342 (Inspection And Laboratory Services: Fire Fighting, Rescue, And Safety Equipment)
- NAICS Code: 541990
Sole Source Rationale
The justification for this sole-source award is based on the proprietary nature of the existing fire alarm system, which includes both software and hardware exclusively provided by Johnson Controls. Market research confirmed that no other manufacturer could provide a compatible workstation solution that integrates seamlessly with the current system without significant compatibility issues, increased costs, or potential safety risks. Johnson Controls possesses the unique qualifications, technical expertise, and warranty/support capabilities required for this specific upgrade, aligning with 41 USC §3304(a)(1) (Only One Responsible Source).
Future Considerations
The agency intends to monitor the market for any changes that might allow for future competition, such as Johnson Controls opening certification to other entities, to ensure competitive procurement where feasible.