H999--Building Management Software (BMS) Maintenance and Service of the Delta Building Management System (BAS) Portland and Vancouver, Washington VAHCS Hospitals
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) is issuing a Request for Information (RFI) to identify qualified vendors capable of providing Building Automation System (BAS) Sustainment, Maintenance, Repair, and Lifecycle Support for the Delta Building Management System at the Portland and Vancouver, Washington VAHCS Hospitals. This RFI is for planning purposes only and does not constitute a solicitation. Responses are due by May 1st, 2026.
Purpose
This RFI aims to gather market information on capable sources, industry best practices, and input specific to the VA's requirements for BAS services. It will help the VA determine the ultimate acquisition approach and potential small business participation.
Scope of Work
The contractor will be responsible for the maintenance and servicing of the Delta Building Management System (BAS), including proactive upgrades, preventative maintenance of hardware and software, and training of VA facilities staff on BAS use, programming, and troubleshooting. Services will be performed on-site at both Portland VAMC and Vancouver VAMC, requiring a presence two days per week (one day at each location, or as needed). Contractors must be certified to operate on Delta Controls and have completed the Fundamental Technical Certification Exam. Key tasks include providing up-to-date documentation, ensuring hardware/software compatibility, safeguarding Protected Health Information (PHI), coordinating with VA M&O personnel, and submitting quarterly status reports.
Contract Details
- Opportunity Type: Request for Information (RFI) / Presolicitation
- Anticipated Contract Structure: Base year + two optional years
- NAICS Code: 561210 (Facilities Support Services)
- Product Service Code: H999 (Other Quality Control, Testing And Inspection Services: Miscellaneous)
- Set-Aside: Total Small Business Set-Aside (SBA)
Submission Requirements & Deadlines
- Response Deadline: May 1st, 2026, by 4:00 PM PST
- Questions Deadline: April 30th, 2026, by 12:00 PM PST
- Submission Method: Electronically via email to Jeremiah.Middleleton2@VA.gov
- Subject Line: "Response to RFI – Portland, Oregon & Vancouver, Washington VAHCS Building Automation System (BAS) Sustainment"
- Response Format: Maximum 3 pages, Microsoft Word (.docx) or PDF, Arial or Times New Roman font (12 pt. minimum). No marketing materials are allowed.
- Required Content: Company Information (Name, Address, POC, Phone, Email, CAGE/SAM UEI, Socio-Economic Type/Business Size, SBA VetCert if applicable), a summary of capability, and responses to specific RFI questions.
Additional Notes
All costs incurred by vendors in responding to this RFI are at their own expense. Not responding does not preclude participation in any future Request for Quote (RFQ). Contractor employees will be subject to security background investigations, and the contractor must comply with Federal Records Act and NARA regulations regarding records management.