Opportunity
SAM #36C25026Q0505
Security and Safety Construction Upgrades at Cincinnati VA Medical Center (JCI C CURE 9000 Integration)
Buyer
VA Network Contracting Office 10
Posted
May 08, 2026
Respond By
June 25, 2026
Identifier
36C25026Q0505
NAICS
238210, 238290, 238130, 236220, 561621
The Department of Veterans Affairs is seeking a contractor to enhance security and safety at the Cincinnati VA Medical Center Community Living Center (CLC). - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 10, Cincinnati, OH - OEMs and Vendors: - Johnson Controls Inc. (JCI) is the only specified OEM, with required integration to their C CURE 9000 access control system - Products/Services Requested: - Construction services to install and integrate: - RF technology at key entry points - Motion sensors - Replacement of breezeway doors - Double pole double throw (DPDT) relay system - Intrusion alarm system in the mail room - All enhancements must be integrated with the existing Johnson Controls C CURE 9000 system - Contractor must provide all tools, equipment, materials, permits, labor, and supervision, including carpentry and electrical work - Unique/Notable Requirements: - Integration with Johnson Controls Inc. C CURE 9000 system is mandatory - Set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) - Compliance with VA and FAR construction change procedures - No specific product part numbers or quantities provided - Place of Performance: - Cincinnati VA Medical Center, 3200 Vine Street, Cincinnati, OH 45220
Description
The Cincinnati VA Medical Center has a requirement for the Improve Security and Safety located in building one at the Cincinnati VAMC Community Living Center (CLC) which aims to enhance patient safety and accessibility. The project will incorporate RF technology at key entry points, install motion sensors, replace breezeway doors, integrate a double pole double throw (DPDT) relay system, and install an intrusion alarm system in the mail room. The enhancements will be integrated with the existing Johnson Controls Inc. (JCI) systems, RF Technology, including the C CURE 9000 access control system, to ensure seamless and coordinated operations across the facility. The Contractor shall provide all tools, equipment, material, permits, labor, and supervision required to completely perform the required construction work for the Improve Security and Safety requirement. Work includes carpentry and electrical work, and certain other items shown and specified in project drawings and specifications.
Definitization of Equitable Adjustments: Â When/if change orders are issued under the resulting contract, they will be issued under the following authority(s):
FAR 52.243-5, Changes and Changed Conditions (APR 1984) (DEVIATION JUL 2025), and VAAR 852.243-70, Construction Contract Changes Supplement (SEP 2019). Â The agency will follow the procedures located at FAR 43, VAAR 843 and VAAM M843. The Contracting Officer will make the final decisions for items not addressed by regulation or policy. Â All responsible sources may submit a quotation, which will be considered by the agency. Â At the time of submission of quotes, and at the time of award of any contract, the offeror must represent to the contracting officer that it is an SDVOSB eligible under this subpart, small business concern under the North American Industry Classification System (NAICS) code assigned to the acquisition and certified SDVOSB listed in the SBA certification database at https://search.certifications.sba.gov. Â A joint venture may be considered eligible if it meets the requirements in 13 CFR part 128, and the managing joint venture partner makes the representations. To receive a benefit under the Veterans First Contacting Program, an otherwise eligible SDVOSB/VOSB certified pursuant to 13 CFR 128, must also meet SBA requirements at 13 CFR parts 121, 125, and 128 including the nonmanufacturer rule requirements at 13 CFR 121.406(b) and limitations on subcontracting at 13 CFR 125.6. The nonmanufacturer rule (see 13 CFR 121.406) and the limitations on subcontracting requirements apply to all SDVOSB and VOSB set-aside and sole source contracts above the micro-purchase threshold. In addition, an offeror shall submit a certification of compliance to be considered eligible for any award under this part (see 819.7004). Pursuant to 38 USC 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years. This includes the debarment of all principals in the business.
This is not a solicitation. The government intends to issue a solicitation around May 26, 2026.
END OF PRESOLICITATION
Additional Links:Department of Veterans Affairs