Skip to content
Department of Defense

NOTICE OF INTENT - Sole Source Johnson Controls Electronic Security System for the Chilled Water Plant Replacement and Utility Upgrades Project at the VA West Haven Campus

Solicitation: W912WJ26X1B68
Notice ID: 7b7bbb760a9f43cab7ccf924606b4bb2
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: W912WJ26X1B68. 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 security system includes access control card readers, door contacts, controllers, motion sensors, Video Surveillance camera, DVRs, and duress buttons. The current security system has servers in the data center and control panels/power supplies in the local Telecommunications Rooms (TR’s).

The current security system is a Johnson Controls system throughout the campus. The system is monitored in the Security Control Center. The security system needs to communicate throughout the facility as the system is monitored in the security control center. The system will need to have full integration for this single point monitoring to be achieved. Camera, card readers, motion sensors and duress buttons will need to be fully integrated into the existing system to provide the monitoring required by the VA.

Security Systems are proprietary systems that do not talk to each other. Having different security systems in different areas risks the health and safety of patients and staff at VA West Haven. The only way to provide full integration and single point monitoring is to provide a system that is comprised of one manufacturer.

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 "W912WJ26X1B68 – JCI ESS " 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.