SPECIAL NOTICE
J -- Chiller Drive Cleaning & Flushing
- Notice Date
- 4/8/2025 11:26:42 AM
- Notice Type
- Special Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24125Q0375
- Response Due
- 4/11/2025 9:00:00 AM
- Archive Date
- 06/10/2025
- Point of Contact
- Issa Shawki, Contracting Officer, Phone: 774-826-3192
- E-Mail Address
-
issa.shawki@va.gov
(issa.shawki@va.gov)
- Awardee
- null
- Description
- The Department of Veteran Affairs, Networking Contracting Office (NCO1) located in Brockton, MA intends to enter into a sole source procurement, pursuant to the authority of FAR 6.302-1, with Johnson Controls for the following requirement: STATEMENT OF WORK (SOW) BACKGROUND: This work covers all labor, material, and transportation to complete chiller drive flushing and cleaning at the Brockton campus. This work covers all labor, and materials for the following: LOTO chiller 11 Verify power is off Drain the VSD coolant loop from all three drain ports following JCI scope Via 160.00 m12(manual) section 6 Flush the drive using VSD conditioner, draining the conditioner into a bucket, then disassembling the IGT assembly, sliding it out manually cleaning the IGBT assembly, will also need to pull the heat exchanger off and clean that out as well and reinstalling, then reinstalling the Igbt assembly, following the cleaning flushing with Conditioner again, flushing with inhibitor and then refilling with inhibitor and verifying operation of the drive coolant assembly. Johnson Controls will be awarded this procurement because Johnson Controls (JCI) acquired YORK International in 2005 in which all YORK manufactured chillers are proprietary for integrated JCI controls and systems. JCI is the only contractor with the capability to perform the required services on the YORK controlled chillers. The VA owned JCI system is a proprietary control system and will only have true full compatibility with other YORK/JCI components, software and personnel. Other contractors are unable to perform this work due to not having access to JCI software and replacement supplies. The NAICS code for this requirement is 811310 with small business size standard of $12.5 Million. This notice of intent is not a solicitation nor is it a request for proposal. However, interested parties that believe they can satisfy the requirement listed above must clearly identify their capability to do so in writing by April 11, 2025 at 12 pm EST time. Responses should be sent to Issa Shawki at issa.shawki@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 by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d2dcd94b15b84cfbadfa76b19663ce0c/view)
- Record
- SN07400712-F 20250410/250408230048 (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 |