Notice of Intent to Sole Source for upgrade of the Building Automation System
ID: PR15474463Type: Special Notice
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFAMERICAN EMBASSY GENEVAWASHINGTON, DC, 20520, USA
Timeline
    Description

    The U.S. Department of State, through the American Embassy in Geneva, intends to award a sole-source contract to Honeywell for the upgrade of its Building Automation System (BAS). This procurement aims to enhance the existing BAS server and software, which are critical for managing HVAC and lighting systems within the Chancery building. Given the proprietary nature of Honeywell's technology, including unique controllers and network infrastructure, the company is deemed the only qualified provider for this upgrade, as justified under FAR 6.302-1. The estimated cost for this project is $45,000, and the primary contact for this procurement is Contracting Officer Gavin Eliott. This notice is not a request for competitive proposals, and a Justification for Other than Full and Open Competition (JOFOC) has been prepared in accordance with FAR 6.305.

    Point(s) of Contact
    No information provided.
    Files
    Title
    Posted
    The US Mission in Geneva intends to execute a sole-source contract with Honeywell for upgrading its Building Automation System (BAS) server and software. This decision is based on FAR 6.302-1, allowing procurement from a single source when no other options meet the agency's needs. Honeywell's proprietary technology, which includes unique controllers and network infrastructure, positions it as the only qualified provider for this upgrade. A Justification for Other than Full and Open Competition (JOFOC) is prepared and made available to support this decision as per FAR 6.305. The project will take place in Geneva, Switzerland, and is not open for competitive proposals. The primary contact for this procurement is Contracting Officer Paul Mathews.
    The document presents a justification for using other than full and open competition for the upgrade of the Building Automation System (BAS) server and software for the Chancery building at Mission Geneva, estimated at $45,000. The project requires new server hardware and software compatible with the existing Honeywell BAS infrastructure, crucial for the HVAC and lighting systems. The justification cites the proprietary nature of Honeywell's equipment, which necessitates contracting an authorized Honeywell representative for both technical support and updates. A fair cost assessment indicates that the local Honeywell distributor can provide the necessary licensed software and support. The document clarifies that thorough safety measures have been reviewed to ensure the project meets U.S. standards, emphasizing that efforts were made to solicit offers from various potential sources, despite the sole-source nature of the requirement. Overall, the document supports the recommendation for this procurement method, illustrating the complexities involved in maintaining and upgrading critical infrastructure while ensuring compliance and safety.
    Lifecycle
    Similar Opportunities
    J041--J041--Notice of Intent to Sole Source Support for JCI Metasys Building Automation System (BAS)
    Buyer not available
    The Department of Veterans Affairs, specifically the National Contracting Office No. 16, intends to award a sole-source contract to Johnson Controls, Inc. (JCI) for support services related to the Metasys Building Automation System (BAS) at the Overton Brooks VA Medical Center in Shreveport, LA. The contract will cover on-site scheduled services, including upgrades from Revision 12 to 14, preventative and corrective maintenance, and functional training for VA HVAC technicians, with a focus on maintaining the integrity of the existing system. This procurement is critical as JCI is the original equipment manufacturer, ensuring that the services provided meet the specific requirements of the existing equipment. Responses to this notice are due by December 9, 2025, at 10:00 AM CST, and interested parties may contact Alan Scanio, the Contract Specialist, via email at alan.scanio@va.gov for further information.
    TEGUC - Preventive Maintenance Services for HVAC System
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Tegucigalpa, Honduras, is seeking proposals for a Preventive Maintenance Service Contract for its HVAC system, which includes various components such as modular chillers and air-handling units. The contract aims to ensure the efficient operation and maintenance of the HVAC system, which is critical for maintaining a comfortable and safe environment within the embassy facilities. The contract is set for one year with an option to extend for an additional six months, and proposals are due by December 8, 2025, at 10:00 a.m. local time, with a pre-proposal conference scheduled for November 28, 2025. Interested bidders can submit their quotations to TguBids@State.gov, and the contract will be awarded to the lowest-priced, responsible offeror.
    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.
    Station Houston Boathouse HVAC Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for HVAC repairs at the Station Houston Boathouse in Texas. The project requires qualified contractors to provide all necessary labor, materials, and equipment to repair the air conditioning system, including tasks such as repairing oil separator lines and replacing a damaged compressor. This work is crucial for maintaining the operational readiness of the facility, and the contract will be awarded as a firm-fixed-price purchase order to the lowest reasonable price technically acceptable bidder, with a total small business set-aside. Interested contractors must be registered in SAM.gov, conduct a site visit, and submit their quotes to Melissa Navarro by the specified deadline, with the project expected to commence within 10 days of award and completed within 30 days thereafter.
    CFA-608/609 HVAC
    Buyer not available
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement and upgrade of HVAC systems at the Idaho National Laboratory's CFA-608 and CFA-609 facilities. The project aims to replace outdated fuel oil-powered steam boilers with electric boilers and install global building controllers to enhance integration with the site-wide network, ensuring improved environmental control and operational reliability in laboratory spaces. This initiative is critical as the existing systems are past their useful life and increasingly difficult to maintain. Interested vendors must submit their EOIs, including company details and relevant HVAC capabilities, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote (RFQ) process.
    CFA-699 HVAC Replacement Project
    Buyer not available
    The Department of Energy, through Battelle Energy Alliance, is seeking Expressions of Interest (EOI) from qualified vendors for the replacement of the HVAC system at CFA-699 located in Idaho Falls, Idaho. The current HVAC system has become inefficient, relies on obsolete refrigerant, and poses maintenance challenges, necessitating a complete replacement to ensure operational integrity and environmental control. This project involves the demolition of the existing system and the installation of a new HVAC system, including necessary infrastructure and control system upgrades. Interested vendors must submit their EOIs by May 1, 2026, including company details, relevant HVAC experience, NAICS codes, and any federal contracting experience, to Chase Egbert at chase.egbert@inl.gov.
    PBF-612 HVAC Upgrade
    Buyer not available
    The Department of Energy, through Battelle Energy Alliance, is seeking expressions of interest from qualified vendors for the upgrade of the HVAC system at PBF-612 located in Idaho Falls, Idaho. The primary objective of this procurement is to modernize the existing heating system by removing an outdated fuel oil burner and installing an electric resistance heater, thereby enhancing energy efficiency and aligning with sustainability goals. This project is crucial for improving operational reliability and reducing maintenance challenges associated with the current system. Interested vendors must submit their expressions of interest, including company details and relevant experience, by May 1, 2026, to Chase Egbert at Chase.Egbert@inl.gov, as only selected respondents will be invited to participate in the subsequent Request for Quote process.
    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.
    Y1DA--36C25726R0012, 674-22-805 Upgrading Building Automation System Temple & Waco
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Building Automation System" project at the Temple and Waco Veterans Affairs Medical Centers in Texas. This procurement involves upgrading HVAC and related systems to a digital control system, specifically the Metasys BACNET MSTP network, with a project value estimated between $10 million and $20 million. The upgrades are critical for enhancing the efficiency and reliability of environmental controls within the facilities, ensuring a better operational environment for both patients and staff. Proposals must be submitted via email by January 12, 2026, with pre-bid site visits scheduled for December 10th and 11th, 2025. For further inquiries, interested parties can contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov.
    Solicitation for repair of 1 ea. NSN 7RH 6110 015135241 EL (Part Number: 123SCEC5175-5, Name: CONTROLLER,MOTOR), for Foreign Military Sales France
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is soliciting proposals for the repair of one Controller, Motor (NSN 6110 015135241, Part Number 123SCEC5175-5) as part of a Foreign Military Sales agreement with France. The repair is designated as a sole-source requirement to Honeywell Limited, the Original Equipment Manufacturer (OEM), which possesses the necessary repair data and capabilities. The contract will be executed under a Firm Fixed Price arrangement, with a Repair Turnaround Time (RTAT) of 211 days, and includes specific requirements for configuration management, packaging, inspection, and acceptance procedures. Interested parties can contact Lara Szott at 215-697-3473 or via email at lara.l.szott.civ@us.navy.mil for further details regarding the solicitation.