VA awards $143K for PACS system upgrades and firmware updates to Johnson Controls Security Solutions

Contract Overview

Contract Amount: $143,515 ($143.5K)

Contractor: Johnson Controls Security Solutions LLC

Awarding Agency: Department of Veterans Affairs

Start Date: 2025-12-18

End Date: 2026-12-17

Contract Duration: 364 days

Daily Burn Rate: $394/day

Competition Type: COMPETED UNDER SAP

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: IT

Official Description: PACS SYSTEM UPGRADE 43 UNITS REPLACEMENTS NO LATER THAN THAN 02-18-2026. 26 ISTAR ULTRA MOTHER BOARDS RECEIVE FIRMWARE UPDATES

Place of Performance

Location: ALEXANDRIA, ALEXANDRIA CITY County, VIRGINIA, 22304

State: Virginia Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $143,514.74 to JOHNSON CONTROLS SECURITY SOLUTIONS LLC for work described as: PACS SYSTEM UPGRADE 43 UNITS REPLACEMENTS NO LATER THAN THAN 02-18-2026. 26 ISTAR ULTRA MOTHER BOARDS RECEIVE FIRMWARE UPDATES Key points: 1. Contract focuses on essential hardware replacements and critical software updates for imaging systems. 2. Limited scope suggests a targeted upgrade rather than a comprehensive system overhaul. 3. Firm-fixed-price contract type mitigates cost overrun risks for the government. 4. Performance period aligns with the need for timely system modernization. 5. Single award indicates a specific solution tailored to VA's requirements. 6. The contract value is relatively small, suggesting it's part of a larger modernization effort or a specific component.

Value Assessment

Rating: good

The contract value of $143,514.74 appears reasonable for the specified deliverables, which include 43 PACS unit replacements and firmware updates for 26 ISTAR motherboards. Without specific details on the complexity of the PACS units or the nature of the firmware updates, a direct comparison is challenging. However, the firm-fixed-price nature of the award suggests that the contractor has assumed the risk for cost overruns, which is generally favorable for the government. The number of units and the scope of work seem aligned with a targeted upgrade or maintenance activity.

Cost Per Unit: N/A

Competition Analysis

Competition Level: unknown

This contract was competed under the Simplified Acquisition Procedures (SAP), indicating a competitive process for acquisitions below a certain threshold. While the specific number of bidders is not provided, SAP is designed to encourage competition among a broader range of vendors, including small businesses. The fact that it was competed suggests that multiple offers were likely solicited and evaluated, leading to a potentially more favorable price for the government.

Taxpayer Impact: Competition under SAP generally leads to better price discovery and ensures that taxpayer funds are used efficiently by selecting the most cost-effective solution.

Public Impact

Benefits the Department of Veterans Affairs by ensuring the operational readiness and efficiency of its Picture Archiving and Communication System (PACS). Delivers critical hardware replacements and software updates to maintain the functionality of medical imaging systems. Primarily impacts VA medical facilities in Virginia, where the contract is registered. Supports the IT infrastructure and technical workforce responsible for maintaining and operating these systems.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The contract falls within the broader IT services sector, specifically focusing on specialized computer-related services for healthcare infrastructure. The market for PACS and related IT support services is robust, with numerous vendors offering solutions for medical imaging management. This contract represents a small portion of the overall federal spending on IT modernization and healthcare technology, likely addressing a specific need within the VA's extensive network of facilities.

Small Business Impact

The contract was competed under Simplified Acquisition Procedures (SAP), which often encourages small business participation. However, the data does not explicitly state if this was a small business set-aside or if small businesses were among the bidders. Without this information, it's difficult to assess the direct impact on the small business ecosystem. If larger companies were awarded, subcontracting opportunities for small businesses might exist, but this is not detailed in the provided data.

Oversight & Accountability

Oversight for this contract would primarily reside with the Department of Veterans Affairs contracting officers and program managers. As a purchase order, it is subject to standard procurement regulations and internal VA oversight processes. Transparency is facilitated by public contract databases, but detailed performance monitoring and specific accountability measures are typically managed internally by the agency. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

it-services, healthcare-it, medical-imaging, pacs, firmware-update, hardware-replacement, department-of-veterans-affairs, va, competed, purchase-order, fixed-price, virginia

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $143,514.74 to JOHNSON CONTROLS SECURITY SOLUTIONS LLC. PACS SYSTEM UPGRADE 43 UNITS REPLACEMENTS NO LATER THAN THAN 02-18-2026. 26 ISTAR ULTRA MOTHER BOARDS RECEIVE FIRMWARE UPDATES

Who is the contractor on this award?

The obligated recipient is JOHNSON CONTROLS SECURITY SOLUTIONS LLC.

Which agency awarded this contract?

Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).

What is the total obligated amount?

The obligated amount is $143,514.74.

What is the period of performance?

Start: 2025-12-18. End: 2026-12-17.

What is the specific model and age of the 43 PACS units being replaced, and what is the justification for their replacement?

The provided data does not specify the exact models or age of the 43 PACS units slated for replacement. The justification is implicitly stated as 'UPGRADE' and 'REPLACEMENTS', suggesting that the current units are either obsolete, failing, or no longer meet the VA's operational requirements for medical imaging. A more detailed analysis would require access to the contract's statement of work (SOW) or related documentation, which would outline the technical specifications, performance issues with existing hardware, and the rationale behind selecting specific replacement units. Without this, it's difficult to ascertain if the replacement is driven by technological obsolescence, performance degradation, or a strategic upgrade to newer capabilities.

What are the specific firmware updates being applied to the 26 ISTAR ULTRA motherboards, and what improvements or fixes do they provide?

The data indicates that 26 ISTAR ULTRA motherboards will receive firmware updates, but it does not detail the specific nature of these updates. These updates could range from security patches to performance enhancements or bug fixes. The ISTAR system is often associated with security and surveillance, suggesting the firmware might relate to system stability, data integrity, or threat mitigation. To fully assess the value, one would need to examine the release notes for the firmware, understand the potential vulnerabilities or performance bottlenecks the updates address, and confirm that the updates are compatible with the existing VA infrastructure. The absence of this detail limits the ability to quantify the direct benefit of these updates.

How does the per-unit cost of the PACS unit replacements compare to market rates for similar equipment?

The total contract value is $143,514.74 for 43 PACS unit replacements and firmware updates. This averages to approximately $3,337.55 per PACS unit if the cost were solely attributed to the hardware. However, the contract is a firm-fixed-price order that includes both hardware and software services. To benchmark the per-unit cost accurately, we would need to know the specific model of the PACS units and compare their pricing to current market offerings from various vendors. General market research for PACS workstations or components can vary widely based on specifications (e.g., display resolution, processing power, storage). Without specific model details, a precise comparison is not feasible, but the average cost per unit appears to be within a plausible range for specialized medical IT equipment, especially when considering installation and integration services.

What is the track record of JOHNSON CONTROLS SECURITY SOLUTIONS LLC in delivering similar IT or medical imaging system upgrades for federal agencies?

Johnson Controls Security Solutions LLC is a known entity in the security and building management systems sector. Their experience with large-scale IT infrastructure and specialized systems like PACS would need to be verified through their contract history and past performance evaluations. Federal agencies typically assess a contractor's past performance as part of the procurement process. While the provided data confirms they were awarded this contract, it does not detail their specific track record with PACS or similar medical IT systems. A deeper dive into their federal contract database history, including performance reviews and any past issues, would be necessary to fully evaluate their suitability and reliability for this specific task.

What are the potential risks associated with upgrading PACS systems and applying firmware updates in a live healthcare environment?

Upgrading PACS systems and applying firmware updates in a live healthcare environment carries several inherent risks. The primary concern is service disruption; any downtime, however brief, can impact patient care by delaying access to critical medical images for diagnosis and treatment planning. There's also a risk of data corruption or loss during the upgrade process, which could have severe clinical and legal consequences. Compatibility issues between new hardware, updated firmware, and existing network infrastructure or other medical systems (like EHRs) can lead to system failures or performance degradation. Furthermore, cybersecurity vulnerabilities could be introduced if updates are not properly vetted or applied, potentially exposing sensitive patient data. Rigorous testing, phased rollouts, and robust rollback plans are essential to mitigate these risks.

How does this contract's value and scope compare to other recent federal procurements for PACS or similar medical IT infrastructure maintenance and upgrades?

The contract value of $143,514.74 is relatively modest for federal IT procurements, especially those involving significant hardware replacements. Larger federal contracts for PACS implementation or comprehensive system upgrades can range from hundreds of thousands to millions of dollars. This specific award appears to be for a targeted upgrade or maintenance activity, focusing on a specific number of units and firmware updates rather than a full system overhaul. Compared to broader IT modernization efforts or enterprise-wide system deployments, this contract's scope is limited. It suggests a focused need within a specific facility or set of equipment, likely part of a larger, ongoing asset management or modernization strategy by the VA.

Industry Classification

NAICS: Professional, Scientific, and Technical ServicesComputer Systems Design and Related ServicesOther Computer Related Services

Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONSIT AND TELECOM - SECURITY AND COMPLIANCE

Competition & Pricing

Extent Competed: COMPETED UNDER SAP

Solicitation Procedures: SIMPLIFIED ACQUISITION

Solicitation ID: 36C24926Q0061

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 3601 EISENHOWER AVE STE 300, ALEXANDRIA, VA, 22304

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $143,515

Exercised Options: $143,515

Current Obligation: $143,515

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Timeline

Start Date: 2025-12-18

Current End Date: 2026-12-17

Potential End Date: 2026-12-17 00:00:00

Last Modified: 2026-04-06

More Contracts from Johnson Controls Security Solutions LLC

View all Johnson Controls Security Solutions LLC federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending