SOLE SOURCE: JOHNSON CONTROLS INTERNATIONAL (JCI) FOR ANNUAL SUPPORT AND MAINTENANCE SERVICES FOR THE JCI METASYS BUILDING AUTOMATION SYSTEM (BAS) AT THE HOLLINGS MARINE LABORATORY (HML), CHARLESTON, SOUTH CAROLINA
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 National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source purchase order to Johnson Controls International (JCI) for annual support and maintenance services for the JCI Metasys Building Automation System (BAS) at the Hollings Marine Laboratory (HML) in Charleston, South Carolina. This is a presolicitation notice, not a request for competitive proposals.
Scope of Work
The requirement is for annual support and maintenance services specifically for the JCI Metasys Building Automation System (BAS) installed at the Hollings Marine Laboratory. These services are highly specialized and involve access to proprietary programming environments, software licensing, and diagnostic tools unique to JCI.
Contract & Timeline
- Contract Type: Sole Source Purchase Order
- Period of Performance: One (1) year from the date of award.
- NAICS Code: 238220 (Plumbing, Heating, and Air Conditioning Contractors)
- Set-Aside: No set-aside is being used for this sole source requirement.
- Response Due: Firms must submit substantiating documentation or requests for additional information within 15 days after the publication of this notice (by April 9, 2026).
- Published: March 24, 2026
Sole Source Justification
NOAA's determination for a sole source award is based on JCI being the only source capable of providing the required services. The existing BAS at HML is proprietary to JCI Metasys platforms, and only JCI retains the legal and technical authority to access its programming environment, software licensing, and diagnostic tools. Similar products or services from other companies cannot be integrated or substituted, and JCI has no authorized partners or resellers for these services.
Submission & Evaluation
This presolicitation notice is not a request for competitive proposals, and no solicitation package is available. However, firms that believe they can fully meet the government's requirements may submit written substantiating documentation or a request for additional information to the identified point of contact. These submissions will be evaluated solely to determine if a competitive procurement is warranted. The government retains discretion regarding the decision not to conduct a competitive procurement. Oral communications are not acceptable.