7J20--Clermont VA Clinic Physical Security Services - 539
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 Department of Veterans Affairs (VA), VISN 10 Cincinnati VAMC, has issued a Notice of Intent to Sole Source for Physical Security Services at the Clermont VA Clinic in Cincinnati, OH. The requirement is for the installation and commissioning of a CCure 9000 access control system. The VA intends to award a contract to Johnson Controls, Inc. (JCI), citing their unique qualifications and site-specific knowledge. Firms believing they can meet this requirement must submit a capability statement by May 20, 2026, at 4:00 PM ET.
Scope of Work
The selected contractor will provide all labor, materials, equipment, transportation, and supervision for:
- Installation of the CCure 9000 access control system.
- Integration of all associated software into the network.
- Commissioning of all systems and integration.
- Complete system startup and testing.
- Provision of all required Operations & Maintenance (O&M) documentation.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Estimated Magnitude: Below the Simplified Acquisition Threshold
- Period of Performance: Not to exceed 90 calendar days from Notice to Proceed (NTP).
- NAICS Code: 561621 – Security Systems Services (except Locksmiths)
- Small Business Size Standard: $25 Million
- Response Due: May 20, 2026, 4:00 PM ET
- Published: May 13, 2026
Justification & Response Instructions
This acquisition is being conducted under FAR 6.103-5. JCI is identified as the only responsible source due to their site-specific analytical history, familiarity with the current CCure 9000 system, and immediate availability without operational disruption. No other vendors are believed to 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. 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.
Responses must show clear, compelling, and convincing evidence that competition would be advantageous to the Government. Respondents must be registered and active in SAM.gov.
Contact Information
Ronald T. Heidemann, Contracting Officer Email: ronald.heidemann@va.gov