Brand Name Sole Source Honeywell - CONTROLS SYSTEM REPLACEMENT, F430 Vance AFB, OK
ID: 1022433-EWType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3029 71 FTW CVCENID, OK, 73705-5037, USA

NAICS

Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use (334512)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Brand Name Sole Source contract to replace the building automation system at Facility 430, Vance Air Force Base, Oklahoma, with a new Honeywell controls system. The project involves the removal of the existing XL5000 control system and the installation of Honeywell BACnet Comfort Point Open controllers, which will be integrated with the Energy Management Controls System, ensuring operational efficiency and compatibility with existing infrastructure. This procurement is critical for modernizing the facility's automation capabilities and is anticipated to be awarded as a Firm Fixed Price Contract, with proposals due by August 22, 2025, at 10:00 A.M. CST. Interested vendors must ensure their registration with the System of Award Management (SAM) is current and may contact Jay Woolsey at jay.woolsey.ctr@us.af.mil for further details.

    Files
    Title
    Posted
    The document serves as a Wage Determination under the U.S. Department of Labor’s Service Contract Act, detailing minimal wage rates for various occupations within the government contracting framework. It outlines two key Executive Orders applicable to contracts initiated on or after specific dates, mandating minimum wage rates of $17.75 or $13.30 per hour based on contract terms. The determination specifies occupations, wage ranges, and fringe benefits for workers in Oklahoma County, Garfield. Highlighted are the required fringe benefits like health and welfare packages, vacation policies, and sick leave provisions per Executive Order 13706. Additionally, it includes a conformance process for unlisted job classifications that ensures equitable wage rates. The document emphasizes compliance with federal labor standards for various contracting scenarios, reflecting the government's commitment to fair compensation and worker protection. Thus, the overarching purpose is to provide guidance on wage standards and obligations for federal contractors, facilitating adherence to labor laws within the context of federal grants and Requests for Proposals (RFPs).
    This Justification and Approval (J&A) document authorizes a procurement for Honeywell International's HVAC control systems at Vance AFB under the authority of 10 USC 3204(a)(1) for acquisitions with only one responsible source. The estimated cost of $750,000 will support the replacement of outdated Honeywell R-7044 controls with new Building Automation Control Networks (BACnet) and Comfort Point Open (CPO) controllers. The J&A, valid until March 31, 2028, will encompass contracts up to the established ceiling, projected to total approximately $665,727.22 in FY25-27. The contractor's unique qualifications require Honeywell's proprietary solutions for compatibility with existing systems to maintain operational efficiency and avoid significant additional costs of up to $8.4 million. Notices will be published on SAM.gov to solicit offers, ensuring compliance with competitive procurement practices. The document certifies the accuracy of the justification to facilitate this specific sourcing approach, reinforcing the necessity due to past successful integration and significant cost-saving measures achieved with Honeywell equipment.
    The Vendor Authorization Request - Domestic Instructions document outlines the necessary steps for vendors affiliated with ASRC Federal and its subsidiaries to enroll in procurement processes. Key instructions include completing a Taxpayer Identification section, where vendors must accurately provide their Tax Identification Number (EIN, SSN, or ITIN), legal name, and business classification. The document emphasizes the importance of compliance with IRS regulations, particularly concerning backup withholding and FATCA reporting, stating that misrepresentation of business size can lead to penalties from the U.S. government. Additionally, it instructs vendors on how to register for electronic payments through Corpay Payment Automation after receiving an initial paper check. The form also allows for modifications to existing vendor information regarding address or contact changes. This document serves to facilitate vendor compliance with federal requirements and streamline payment processes, essential for government contracts and grants. Overall, it stresses adherence to government regulations while ensuring efficient vendor management and payment administration.
    This Statement of Work details the Controls System Replacement at Facility 430, Vance Air Force Base, Oklahoma, overseen by Honeywell. The project involves dismantling the current XL5000 control system and installing new Honeywell BACnet Comfort Point Open controllers, which will be integrated with the existing Energy Management Controls System. Key responsibilities for the contractor include supervising all phases of the work, ensuring site safety, maintaining clean work areas, and protecting government property throughout the project. The contractor must adhere to specific guidelines regarding material usage, waste management, and site access regulations, as well as provide a one-year warranty for labor and materials post-completion. The project is limited to a 40-day performance period, divided into 30 days for non-performance and 10 days for actual work, necessitating careful coordination with the AFFS Construction Management to ensure minimal disruption to base operations. Overall, this project underscores the government's commitment to modernizing infrastructure while maintaining compliance with safety and regulatory standards, illustrating the procedures and expectations essential for contractors engaged in federal work.
    The document outlines the General Provisions for Commercial Items as established by ASRC Federal Holding Company. It serves as a contractual framework delineating the terms and conditions applicable to purchase orders and subcontracts. Key provisions include acceptance of the order, applicable laws governing the contract (specifically Maryland law), obligations regarding compliance with legal standards and confidentiality, as well as terms concerning changes, termination, and default. The Seller is required to adhere to rigorous compliance and warranties, ensuring that goods supplied are new and free from defects. The contract emphasizes timely performance, equitable adjustments for changes, and detailed processes regarding inspection, payment, and indemnification related to any liabilities. The document's structure systematically covers important legal aspects, defining procedures and responsibilities to foster a clear understanding of the contractual obligations for both parties. This is vital to ensure compliance with federal, state, and local regulations and standards, reflecting best practices within the context of government RFPs and grants.
    The document outlines the minimum insurance requirements for vendors engaged in a supply agreement with ASRC Company. Vendors must maintain various types of insurance to cover potential claims arising from their services. Key coverage types include Commercial General Liability (CGL) with minimum limits of $1 million per occurrence, Business Auto Liability, Workers’ Compensation, and Umbrella/Excess Liability insurance with a limit of at least $2 million. Additional pollution liability may be required depending on the service type. The document also mandates specific provisions in all insurance policies, such as additional insured status, waiver of subrogation, primary and non-contributory coverage, notice of cancellation, and separation of insureds. Vendors must provide a Certificate of Insurance before commencing work and ensure that any broader coverage will be accepted. The purpose of these requirements is to mitigate risk and protect ASRC Company from liabilities related to vendor services, reinforcing a strong emphasis on compliance and adequate coverage throughout the agreement's duration. Compliance with these insurance requirements is critical for vendors participating in government RFPs and contracts.
    This document outlines the necessary Representations and Certifications required from potential suppliers to ASRC Federal for procurement contracts funded by U.S. Government contracts, effective June 16, 2025. It emphasizes the importance of accurate completion, as failure to comply can lead to bid rejection. Suppliers must provide information such as business identification, employee count, and compliance with small business regulations. It also covers requirements for executive compensation reporting and compliance with lobbying regulations. The document enforces integrity in government contracting by requiring disclosures about debarment status and ownership, especially concerning entities owned or controlled by foreign or terrorist governments. Each supplier must affirm its eligibility for contracting, verify its business size, and disclose any relevant financial or legal issues. Overall, it aims to ensure fair and responsible participation in U.S. federal contracting by verifying the qualifications and compliance of prospective contractors.
    Lifecycle
    Similar Opportunities
    4120--HVAC Controls Equipment - Install
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office (NCO) 16, intends to award a Sole Source, Firm-Fixed Price contract to Johnson Controls Inc. for the installation of Direct Digital Control (DDC) equipment at the G.V. (Sonny) Montgomery VA Medical Center in Jackson, MS. This procurement is necessitated by the proprietary nature of Johnson Controls' Metasys system and control equipment, which has been confirmed through market research as the only responsible source capable of fulfilling the agency's requirements. Interested parties may express their interest and capability to meet this requirement by submitting compelling evidence to the primary contact, Andrew T Misfeldt, at andrew.misfeldt@va.gov by 10:00 AM CST on December 15, 2025. The estimated value of this acquisition is below $250,000, and it is crucial for potential vendors to be registered in the System for Award Management (SAM) and the VetBiz Registry if applicable.
    REPLACE CARPET, F500 VANCE AIR FORCE BASE, OKLAHOMA
    Buyer not available
    The Department of Defense, through ASRC Federal Field Services, LLC, is seeking qualified contractors for the removal and replacement of carpet and rubber wall base at Facility 500, Vance Air Force Base in Oklahoma. The project requires comprehensive services including demolition, sub-floor preparation, and installation of new flooring products, with a total project duration of 180 calendar days, which includes a 45-day non-performance period for mobilization and material lead time. This procurement is critical for maintaining the operational integrity and aesthetics of the facility, ensuring a safe and functional environment for personnel. Interested contractors must submit their proposals electronically by December 1, 2025, with a site visit scheduled for November 14, 2025, and all inquiries directed to Betty S. Kliewer at betty.kliewer.ctr@us.af.mil or Shannon Perry at shannon.perry.1.ctr@us.af.mil.
    NOCA-MXRD 250030-Rpr (Sustain) Chilled Beam HVAC and Controls, Service and Maintenance
    Buyer not available
    The Department of Defense, through the Air Force Life Cycle Management Center at Hanscom AFB, Massachusetts, is seeking a qualified contractor for the maintenance and repair of the Chilled Beam HVAC and Control system. The primary objective of this procurement is to provide regular preventative maintenance and timely repairs to ensure the HVAC system operates efficiently and effectively, adapting to seasonal changes while mitigating malfunctions and maintaining a safe environment for personnel. This contract will also include training for base personnel on the operation and programming of the HVAC system, which is critical for maintaining operational capability. Interested parties should note that this is a sole-source procurement to IBControls, Inc., with capability statements due by December 11, 2025. For further inquiries, contact Jenny Desaulniers at jenny.desaulniers.2@us.af.mil or Michelle Huard at michelle.huard@us.af.mil.
    J035--Bldg. 1A HVAC Controls Replacement
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 01, intends to award a sole-source contract to Siemens Industry, Inc. for the replacement of failed Delta HVAC control components at the White River Junction VA Healthcare System. This procurement is necessitated by a catastrophic failure of the existing controls, which has left the radiology department without HVAC management, highlighting the critical need for reliable heating, ventilation, and air conditioning systems in healthcare settings. Siemens is uniquely qualified to fulfill this requirement as the failed components are part of a proprietary building management system, and only Siemens-trained technicians are authorized to service it. Interested parties who believe they can meet the requirements must submit their capabilities in writing by December 12, 2025, at 5:00 PM EST to Kenya Mitchell at kenya.mitchell1@va.gov, as the government will assess responses to determine the viability of competitive procedures.
    B185 Cooling Tower Repairs
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The project involves procuring and installing two new cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, along with necessary maintenance tasks such as rebalancing the fans and ensuring compliance with safety and labor standards. This procurement is crucial for maintaining the operational efficiency of the cooling systems at the base, with an estimated contract value of $19 million and a performance period from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, and can direct inquiries to SSgt Eyvind Boyesen at eyvind.boyesen@us.af.mil or Mr. Daniel Kuchar at daniel.kuchar@us.af.mil.
    B451 Chiller Circuit Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks to ensure optimal functionality. This contract is particularly significant as it supports the operational efficiency of critical cooling systems, with a total estimated award amount of $19,000,000 and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses, particularly Women-Owned Small Businesses, must submit their proposals by December 16, 2025, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    IHAT CRAC Unit Replacement Edwards AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of two Direct Expansion (DX) Computer Room Air Conditioning (CRAC) units at Edwards Air Force Base, California. The project aims to upgrade existing systems to provide 26-30 tons of cooling capacity with energy-efficient features, including N+1 redundancy and variable speed fans, while ensuring compatibility with existing power systems and integration with the Siemens Desigo control system. This procurement is critical for maintaining operational efficiency in sensitive electronic environments, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested contractors must attend a mandatory site visit on December 9, 2025, and submit their quotes by December 16, 2025, with all inquiries due by December 10, 2025. For further information, contact Karla Vazquez at karlalizette.vazquezmontes@us.af.mil or Jamil Minosa at jamil.minosa.2@us.af.mil.
    TINKER AFB MAC BOA WWYK250031 - Repair B62528 (Round 2)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of Building B62528 at Tinker Air Force Base, Oklahoma, under the project title "WWYK250031 - Repair B62528." This project, which is a total small business set-aside, involves various demolition and renovation tasks to ensure compliance with applicable NEC and NFPA standards, with an estimated construction cost between $1,000,000 and $5,000,000. Contractors must commence work within 10 calendar days of receiving the notice to proceed and complete the project within 400 calendar days, adhering to strict quality control and safety protocols. Interested parties must attend a mandatory site visit on October 21, 2025, and submit proposals by December 10, 2025. For further inquiries, contact Hailie Reyes at hailie.reyes@us.af.mil or Sara Hinds at sara.hinds.2@us.af.mil.
    CRAC Maintenance and Repair Service Offutt AFB
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide Computer Room Air Conditioning (CRAC) Maintenance and Repair Services at Offutt Air Force Base in Nebraska. The procurement aims to ensure the efficient operation, maintenance, and repair of CRAC units for the 55th Civil Engineering Squadron, the 557th Weather Wing, and various tenant units, emphasizing compliance with federal, state, and local regulations. This service is critical for maintaining optimal environmental conditions in computer rooms, which are essential for mission-critical operations. Interested vendors must submit their proposals by December 29, 2025, with a site visit scheduled for December 15, 2025, and all inquiries due by December 18, 2025. For further information, contact Mr. Casey Hupton at casey.hupton.1@us.af.mil or 402-232-1475, or 2d Lt Liv Nemeck at liv.nemeck.1@us.af.mil or 402-232-1449.
    Facility Maintenance Contract IDIQ Sources Sought
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.