NOTICE OF INTENT - Sole Source Intellikey Lock Hardware for New Surgical and Clinical Tower Project at the VA West Haven Campus
ID: W912WJ25X16SGType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to procure Yale Commercial Large Format locking cores and Intellikey locks on a sole source basis for the new Surgical and Clinical Tower Project at the VA West Haven Campus in Connecticut. This procurement aims to ensure a consistent access security system throughout the VA West Haven Medical Center, integrating new locking hardware with the existing security infrastructure. The use of these specific locking systems is critical for maintaining security, facilitating emergency access, and reducing maintenance costs over the building's lifespan. Interested parties are encouraged to submit responses within 15 days of this notice to Tyler Maryak at tyler.s.maryak@usace.army.mil, with the subject line "W912WJ25X16SG – Large Format Locking Cores."

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Housing Access & Door Locking System
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking procurement for a brand-name multi-housing access and door locking system for Unaccompanied Housing Towers A, B, and C at NAS Lemoore, California. This system has been evaluated for compliance with Department of Navy cybersecurity and CNIC Housing policies, ensuring a reliable, safe, and secure environment for residents. The procurement is critical for maintaining the security and integrity of housing facilities, which are essential for the well-being of military personnel. Interested vendors can contact Christopher Rosario at christopher.rosario@navy.mil or by phone at 619-705-4654 for further details regarding this opportunity.
    Notice of Intent to Sole Source for construction and renovation of Building 4517 at Seymour Johnson AFB, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Louisville District, is seeking to procure construction and renovation services for Building 4517 at Seymour Johnson Air Force Base in Goldsboro, North Carolina. The project includes a sole-source requirement for the Best Coremax Keying System and various Furniture, Fixtures, and Equipment (FF&E) items, with specific part numbers and detailed descriptions provided for each item. This procurement is critical for enhancing the operational capabilities of the facility, ensuring that all products are made in the USA. Interested parties must submit a capability statement to Ethan Phillips at ethan.s.phillips@usace.army.mil by 1:00 PM ET on December 26, 2025, to be considered for this opportunity.
    Justification and Approval for TrackCore RFID Cabinets
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure TrackCore RFID Cabinets through a sole source justification. This procurement aims to enhance inventory management and security for medical supplies and equipment within the department's facilities. The RFID cabinets are critical for ensuring efficient tracking and safeguarding of assets, thereby improving operational effectiveness in healthcare delivery. Interested vendors can reach out to the Contracting Officer, Courtney Chattman, at Courtney.Chattman@va.gov or by phone at 913-946-1975 for further details regarding the opportunity.
    6530--CLC Bed Expansion PB
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 15, intends to award a sole source contract to TrillaMed, LLC for the provision of Stryker ProCurity LEX W/ISO Tour Prem & ISO Tour Pump DOM CAN beds for the John J. Pershing VA Medical Center. This procurement is based on the determination that TrillaMed, LLC is the only responsible source capable of meeting the agency's requirements, as these proprietary beds can only be serviced by Stryker Instruments or authorized resellers. The contract falls under the NAICS code 339113 for Surgical Appliance and Supplies Manufacturing and the PSC code 6530 for Hospital Furniture, Equipment, Utensils, and Supplies. Interested parties may submit a capabilities statement by December 16, 2025, at 10:00 AM Central Time, to paul.dixon@va.gov, referencing “Special Notice - 36C25526Q0117.” The Government reserves the right to negotiate solely with TrillaMed, LLC if no viable responses are received.
    J063--FY26 Lenel S2 Security System Support Five (5)-Year Indefinite Delivery Contract (IDC) for VA Coatesville. Brand Name Only.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a five-year Indefinite Delivery Contract (IDC) for Lenel S2 Security System Support at the Coatesville VA Medical Center, specifically for brand-name-only products. The procurement includes a comprehensive service package that covers a PRO SUSP PLAN for 513-1024 readers, technical support, and Verizon monthly router service for remote support, with a total performance period extending from December 8, 2025, to September 30, 2030. This contract is a 100% set-aside for Certified Veteran-Owned Small Businesses (VOSBs) and emphasizes compliance with VA regulations regarding subcontracting limitations. Interested parties must submit their proposals by December 15, 2025, at 3:00 PM ET, and can direct inquiries to Contract Specialist Allan Tabliago at allan.tabliago@va.gov.
    DON/AA FSSD DOOR LOCKING HARDWARE
    Dept Of Defense
    The Department of the Navy, specifically the Assistant for Administration (DON/AA), is seeking to procure FEDSTA 2807B high security locks to enhance the protection of classified spaces and containers in accordance with Federal Specification FF-L-2740B. This procurement is critical for ensuring compliance with security standards as evaluated by the DoD Lock Program, which was established to oversee the testing and evaluation of such security hardware. Interested vendors can reach out to George D. Bozadjian at george.d.bozadjian.civ@us.navy.mil or by phone at 703-693-0193 for further details regarding this opportunity, which is based in Washington, DC.
    CTX Waco Bldg. 8 Access Control Service
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the installation of an access control system at the Dorris Miller VA Medical Center, specifically in Building 8 located in Waco, Texas. The project involves integrating an access control system into the existing CCURE 9000 platform for eight doors, requiring the contractor to supply and install electrified door hardware, modify electric strikes, and run network drops to an adjacent OIT closet, all to be completed within a 60-day timeframe. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes compliance with federal, state, and local regulations, with a response deadline of December 15, 2025, at 4:00 PM Central Time. Interested parties can reach out to Taminie Panich at taminie.panich@va.gov for further information.
    DF10--Omnicell and Oracle Health Integration
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with OmniCell for the integration of its Pharmacy OmniCell IVX system with the Oracle Health Federal Electronic Health Record (EHR) at the Jesse Brown VA Medical Center in Chicago, IL. The contractor will provide essential professional services, including software installation, interface integration, testing, and licensing, ensuring compliance with the existing Interface Control Document (ICD). This procurement is conducted under the authority of 41 U.S.C. 1901, as OmniCell is the only authorized distributor capable of fulfilling the requirements. Interested firms that believe they can meet these specifications must submit their capability statements to Derrick Paquette at derrick.paquette@va.gov by 6:00 AM Central Time on December 18, 2025, although the government retains discretion regarding the competitive procurement process.
    10--LOCK,TRAVELING,CANN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of traveling locks, specifically NSN 1015013407781, with a total requirement of 68 units. The procurement includes two lines: 67 units to be delivered within 483 days and 1 unit to be delivered within 120 days, emphasizing the importance of timely delivery for military operations. These locks are critical components in the weapons category, underscoring their role in maintaining the functionality and security of military equipment. Interested vendors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Notice of Intent to Sole Source - Secure Brow System Mid-Brow Doors
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) intends to award a sole source contract to Dawson MCG, LLC for the procurement of Secure Brow System Mid-Brow Doors. This acquisition is critical for enhancing security measures and operational capabilities within the agency's mission scope. The procurement falls under the authority of FAR 13.106-1(b), and while this notice is not a request for competitive proposals, interested parties may express their capabilities within fifteen (15) days of the notice's publication. For inquiries, potential respondents can contact Elizabeth Booher at elizabeth.a.booher.civ@mail.mil or Zun Lin at zun.z.lin.civ@mail.mil.