Opportunity

SAM #36C25026Q0529

Sole Source Installation of Johnson Controls CCure 9000 Access Control System at Cincinnati VAMC Clermont VA Clinic

Buyer

VA Network Contracting Office 10

Posted

May 13, 2026

Respond By

May 20, 2026

Identifier

36C25026Q0529

NAICS

561621, 541512

This notice announces the Department of Veterans Affairs' intent to award a sole source, firm-fixed-price contract for a physical security system upgrade at the Cincinnati VAMC Clermont VA Clinic. - The requirement is for installation and integration of the Johnson Controls, Inc. (JCI) CCure 9000 access control system - Includes software integration, commissioning, system startup, testing, and provision of operations & maintenance (O&M) documentation - Integration with Close Circuit Television (CCTV) and Intrusion Detection System (IDS) is referenced - Contractor must provide all labor, materials, equipment, transportation, and supervision - Johnson Controls, Inc. is identified as the only responsible source due to site-specific knowledge and immediate availability - The contract value is below the Simplified Acquisition Threshold and will be firm-fixed-price - The period of performance is not to exceed 90 calendar days from Notice to Proceed - Other vendors may submit capability statements if they can fully meet all requirements within the specified timeframe - Place of performance is the Cincinnati VAMC Clermont VA Clinic, with contracting managed by VISN 10 Consolidated Contracting

Description

Special Notice

Special Notice

Page 5 of 5 Special Notice *= Required Field Special Notice

Page 1 of 5 Notice of Intent to Sole Source

LOCATION: Department of Veterans Affairs (VA), VISN 10 Cincinnati VAMC Clermont VA Clinic 4327 Ivy Pointe Blvd.
Cincinnati, OH 45245

SUBJECT: Intent to Sole Source CCure 9000 access control system.

NOTICE NUMBER: 36C25026Q0529

PSC CODE: 7J20 IT and Telecom - Security and Compliance Products (Hardware and Perpetual License Software)

NAICS CODE: 561621 Security Systems Services (except Locksmiths) Small Business Size Standard: $25 Million

DESCRIPTION OF REQUIREMENT The Cincinnati VAMC Clermont VA Clinic requires a specialized contractor to provide all labor, materials, equipment, transportation, and supervision necessary to: Install CCure 9000 access control system. Execute all integration of all software into the network. Perform commissioning of all systems and integration into network. Perform complete system startup and testing Provide all required O&M documentation

PLACE OF PERFORMANCE Cincinnati VAMC Clermont VA Clinic 4327 Ivy Pointe Blvd.
Cincinnati, OH 45245

PERIOD OF PERFORMANCE Not to exceed 90 calendar days from issuance of the Notice to Proceed (NTP).

ANTICIPATED CONTRACT TYPE Firm Fixed Price (FFP)

ESTIMATED MAGNITUDE Below the Simplified Acquisition Threshold

AUTHORITY This acquisition is being conducted under FAR 6.103-5 Authorized or required by statute.

JUSTIFICATION SUMMARY Based on market research and historical technical findings, Johnson Controls, Inc. (JCI) is the only responsible source with the unique qualifications necessary to perform the installation of the CCure 9000 access control system, Close Circuit Television (CCTV) and Intrusion Detection System (IDS) required by the Cincinnati VAMC.

Moody s possesses: Site specific analytical history. Familiarity with software updates, equipment updates from the current CCure 9000 access control system hardware, and system optimization. Immediate availability to perform the work without operational disruption.

No other vendors identified possess equivalent site specific knowledge or the ability to meet the VA s performance schedule.

THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES However, any firm believing it can fully meet this requirement may submit a capability statement demonstrating clear and convincing evidence of its ability to perform the work within the required timeframe.

RESPONSE INSTRUCTIONS Submit capability statements no later than 4:00PM on May 20, 2026, to: Ronald T. Heidemann Contracting Officer Email: ronald.heidemann@va.gov

Submissions must include: UEI number and active SAM.gov status Business size for NAICS 561621 Technical capability supporting all required tasks Demonstration of ability to meet the 90 day schedule References for comparable projects

Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct competitive procurement. A decision by the Government not to compete this action based on this notice is solely within the discretion of the Government

SAM REGISTRATION Respondents must be registered and active in SAM.gov.

POSTING DURATION This notice will remain active for 7 calendar days.

DISCLAIMER This notice does not obligate the Government to award a contract. No solicitation is available at this time. Responses will be used solely to determine whether additional sources exist that could fulfill the requirement.

Additional Links:Homepage

View original listing