Skip to content
Department of Defense

NOTICE OF INTENT - Sole Source Johnson Controls Fire Detection and Alarm for the Chilled Water Plant Replacement and Utility Upgrades Project at the VA West Haven Campus

Solicitation: W912WJ26X1B67
Notice ID: 5955840d7650467fa7b5553b7c99e87c
TypeSpecial NoticeDepartmentDepartment of DefenseAgencyDept Of The ArmyStateCTPostedFeb 04, 2026, 12:00 AM UTCDueFeb 18, 2026, 06:00 PM UTCExpired

Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: CT. Response deadline: Feb 18, 2026.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W912WJ26X1B67. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$16,182,386,182
Sector total $16,182,386,182 • Share 100.0%
Live
Median
$420,035
P10–P90
$39,707$60,263,933
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+35942%($16,092,689,207)
Deal sizing
$420,035 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CT
Live POP
Place of performance
West Haven, Connecticut • United States
State: CT
Contracting office
Concord, MA • 01742-2751 USA

Point of Contact

Name
Tyler Maryak
Email
tyler.s.maryak@usace.army.mil
Phone
Not available
Name
Erin Bradley
Email
erin.e.bradley@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION NORTH ATLANTIC • ENDIST NEW ENGLAND • W2SD ENDIST NEW ENGLAND
Contracting Office Address
Concord, MA
01742-2751 USA

Description

Under the authority of FAR 6.103-1, the U.S. Army Corps of Engineers intends to require, on a sole source basis, a brand name requirement for the Johnson Controls systems in the Chilled Water Plant Replacement and Utility Upgrades Project at the VA West Haven Campus.

The existing fire detection and alarm system on the VA West Haven campus is a Simplex-Grinnell (now Johnson Controls) system. All buildings on the VA West Haven campus with a building fire detection and alarm system are network-connected and integrated into the campus-wide Simplex-Grinnell (now Johnson Controls) system. The campus-wide system allows VA West Haven police, facilities, and other safety personnel to remotely monitor, manage, access, and control fire alarm devices for each building on campus connected to the campus-wide system. The new fire alarm system for the chilled water plant will be connected to this existing system. This will allow VA West Haven personnel to monitor this new system extension along with the remainder of the existing campus.  

The Simplex Grinnell (now Johnson Controls) fire detection and alarm system is a network of sensors, pull stations and other devices that provides the required infrastructure to provide patient & staff safety, as required by the National Fire Protection Association (NFPA) and the Joint Commission on healthcare safety. The system’s reliability is achieved by the proprietary nature of the network, which is common in the industry. For the system to work at an acceptable level of performance, fast, reliable communication among devices and annunciation of alarms must happen in seconds. When the new chilled water plant is constructed, the Simplex Grinnell system must be expanded to ensure proper coverage into the new space. This procurement will require the installation of the various equipment, including but not limited, to the following: fire alarm control panel(s), pull stations, wall- or ceiling-mounted strobes, wall- or ceiling-mounted speakers, wall- or ceiling-mounted combination speaker/strobes, monitor modules, control modules, duct smoke detectors with duct housing, sampling tube, and remote test stations, smoke detectors, heat detectors, etc. Device quantities may change as design develops. Part numbers are not included as they have yet to be determined and they may change based on delegated design submittals. As stated above, these devices are proprietary in nature and must be programmed and tested by a Simplex Grinnell employee.

If the Johnson Controls Fire Detection and Alarm devices are not sole sourced, then the fire detection and alarm systems for the new chilled water plant will not be connected to the campus-wide fire detection and alarm system, requiring the installation of a separate standalone system and a separate standalone monitoring station at all locations where this system is monitored. Communications interconnection will provide additional complication and require involvement from multiple system manufacturers to accomplish, if it is even possible. This will add additional complication to all future system modifications.

THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.  It is a market research tool being used to determine the availability of other qualified sources that can meet the requirements identified above and inherent with the referenced Johnson Controls system. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice of intent. All responses received within 15 days of the posting of this notice of intent will be considered by the Government. A determination by the Government to require the brand name for the Johnson Controls system for the VA West Haven procurement based on this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purposes of determine whether to allow alternate system manufacturers.

Submit responses within 15 days of the posting of this notice of intent via email to: tyler.s.maryak@usace.army.mil and CC erin.e.bradley@usace.army.mil (list "W912WJ26X1B65 – Siemens" in the subject line of the email).

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.