Opportunity
SAM #36C25026Q0453
Sole-source Synergy Systems Preventive Maintenance & Repairs for Ann Arbor VA Medical Center
Buyer
VA Network Contracting Office 10
Posted
April 07, 2026
Respond By
April 16, 2026
Identifier
36C25026Q0453
NAICS
811210
This opportunity involves a sole-source procurement for preventive maintenance and repairs of Synergy Systems at the Ann Arbor VA Medical Center. - The Department of Veterans Affairs (VA), Veterans Health Administration, through Network Contracting Office (NCO) 10, is seeking these services exclusively from Quality Air Service (QAS). - QAS is the only authorized dealer in Michigan for the required Synergy System components, which are manufactured by Aircuity, Phoenix Controls, and Strobic Air Technologies. - The procurement covers all preventive maintenance, repairs, and replacement parts for proprietary laboratory exhaust and air quality systems. - No other vendors are authorized or certified to provide these products or services in Michigan due to exclusive distribution and certification rights. - The NAICS code for this procurement is 811210 (Electronic and Precision Equipment Repair and Maintenance). - Place of performance is the Ann Arbor VA Medical Center, with contracting offices in Ann Arbor, MI and Dayton, OH.
Description
DEPARTMENT OF VETERANS AFFAIRS VETERANS HEALTH ADMINISTRATION
April 7, 2026
SPECIAL NOTICE NOTICE OF INTENT TO SOLE-SOURCE Synergy Systems Preventive Maintenance & Repairs
36C25026Q0453
The Ann Arbor VA (AAVA) Medical Center requires Synergy Systems Preventive Maintenance & Repairs.
Network Contracting Office (NCO) 10 intends to issue a sole-source solicitation to Quality Air Service (QAS), for Synergy Systems preventive maintenance and repairs. QAS is the only, exclusive authorized dealer for equipment and services under this requirement.
Per Aircuity s sole-source letter it is confirmed that, Quality Air Service, Inc. is the sole company certified by Aircuity to sell, commission, and service products and systems installed throughout the State of Michigan, including the provision of any replacement parts or components integral to the Aircuity system.
Per Phoenix Control s sole-source letter, Quality Air Service Inc. is the "exclusive" local authorized representative for Phoenix Controls in the state of Michigan. Quality Air Service Inc. has the exclusive right of distribution for all Phoenix Controls' products and components . and their organization is fully certified in start-up, commissioning, testing, and troubleshooting for all product divisions.
Per Strobic Air Technologies sole-source letter, Strobic Air Technologies . is the sole source manufacturer of Strobic high-plume high dilution custom engineered laboratory exhaust fan systems. Strobic Air s products incorporate proprietary designs, components, and application engineering specific to high-plume, mixed-flow laboratory exhaust systems, including nozzle design, plenum configuration, integrated controls, etc. as appropriate. These systems are engineered, tested, and supported as a complete, integrated solution and are not available from any other manufacturer. And further, all Strobic Air equipment and related services for this project are supplied exclusively through our local authorized representative, Quality Air Service. Only Strobic Air Technologies and its authorized representatives are trained and authorized to provide equipment, factory-approved components, and technical support for these systems. Because of the proprietary nature of the Strobic design and the critical performance and safety requirements associated with laboratory exhaust applications, all equipment and associated services described above must be procured directly from Strobic Air Technologies through our local representative Quality Air Service.
Components from all three sole-source manufacturers that exclusively deal through only QAS make up the Synergy System, and as such, all components, services, parts, etc., are sole-source through exclusive dealer QAS.
This procurement, therefore, is being conducted in accordance with FAR 6.302-1(a)(2), 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 $34.0 Million.
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 no later than Thursday, April 16, 2026, at 10:00 a.m., Eastern Time, to Jeannie Ortiz, Contracting Officer, via email at jeanne.ortiz@va.gov .