J059--Metasys Retrofit

SOL #: 36C24126Q0146Special Notice

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
241-NETWORK CONTRACT OFFICE 01 (36C241)
TOGUS, ME, 04330, United States

Place of Performance

Place of performance not available

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components (J059)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 5, 2026
2
Action Date
Jan 9, 2026, 8:00 PM

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.

The Department of Veterans Affairs, Networking Contracting Office (NCO 01) located in Providence, RI intends to enter into a sole source procurement, pursuant to the authority of FAR 6.302-1, with Johnson Controls Inc., for the following requirement:

Metasys Retrofit B-32 DDC

Statement of Work

GENERAL:

Remove existing, non-functional Trane DDC and replace with Johnson Controls Metasys Extended Architecture DDC and tie into facility wide Metasys BMS.

PROJECT SCOPE OF WORK:

BMS BASE BID INCLUSIONS:

DDC/Electronic Control of the following equipment:

AHU Qty. 2

Disconnect and make safe existing Trane controllers

Furnish and install new JCI Controller and point expansion modules

Replace temperature sensors with new (Existing control wiring and end devices to remain).

Provide technical labor to re-commission AHU operation.

Provide deficiency report.

Fan Coil Unit Controllers Qty. 53

Disconnect and make safe existing Trane controllers

Furnish and install JCI CGM controller and sensors (Existing control valves to remain).

Run new thermostat cable and furnish and install JCI Net Stats

Interlock existing Occupancy Sensor Aux contact to FCU controller for setback control.

Provide technical labor to re-commission FCUs.

BAS Metasys System

Replace existing Lon NAE with new SNE JCI Supervisory panel to support ms/tp added equipment

Install new FC communication trunk to replace existing Lon.

Remove existing Lon system points and map new system points into existing JCI Metasys system

Update/Modify existing building graphics to match new controllers and points

SUBMITTALS

At the time of bidding, the Contractor shall submit to the VAMC Providence, RI the following:

Any Required Submittals here: DDC Submittal drawings with sequence of operations for all DDC equipment to be installed

WARRANTIES

One-year parts and labor on installation and DDC components installed.

PROPOSED SCHEDULE:

Work hours for this project are:

7:00 AM to 4:30 PM Monday through Friday -AND-

5:00 PM to 7 AM Monday through Friday and Weekends

Work shall commence upon receipt of a Notice to Proceed from the government and shall be completed within 180 calendar days after receipt of Notice to Proceed.

Work Location and Restrictions:

The work site location is at the Providence VA Medical Center in Providence, RI.  The contract work is intended to be done at Building 32.Â

All work shall be done between the hours of _0700 and _0700 (depending on work area and work to be performed) Monday through Sunday, holidays excepted, unless other times are arranged in advance and approved in writing by the Project Manager.  When the contractor s work interferes with hospital functions, such as when work produces excessive noise, odors, dust, utility service interruptions, or other interferences with normal hospital operations that cannot be contained within the area of work, the contractor shall schedule said work at other than normal hours and as directed by the Project Manager.

PARKING:

Parking is rigidly controlled throughout the Medical Center.  Contractor parking is only allowed in parking lot number 10, located south of Building 1 and at the Davis Park location off Chalkstone Avenue.  Parking in designated patient parking areas is strictly prohibited. Parking on grass is also prohibited.  Parking for equipment necessary to perform the work will be authorized in advance of starting the project. Parking passes will be issued by the VA Police.

The NAICS code for this requirement is 334290.

Johnson Controls Inc. holds sole claim on their proprietary Metasys hardware and software. 3rd party servicers and installers do not have access to the hardware, software, or training necessary to fulfill the terms set forth in the SOW. 3rd party vendors do not have access to the hardware, software, or training necessary to fulfill the terms set forth in the SOW. The Metasys systems in place is a legacy system and vendors other than JCI will suffer unacceptable delays in or complete inabilities to acquire needed parts. A patent, copyright or proprietary data limits competition. JCI maintains control over the proprietary technology used in and needed to service the Metasys systems in place at the VAMC.

This notice of intent is not a solicitation nor is it a request for proposal. However, all responsible sources may submit a capability statement demonstrating the ability to provide the requested services, in writing by Friday, January 9, 2026 at 3PM EST time. Responses should be sent to Rosangela Pereira at Rosangela.Pereira@va.gov. Information submitted in response to this notice will be used solely to determine whether competitive procedures could be used for this acquisition. A determination not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government.

People

Points of Contact

Rosangela PereiraContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Special Notice
Posted: Jan 5, 2026
J059--Metasys Retrofit | GovScope