W911KB25R0011_Brand_Name_Honeywell
ID: W91125R0011_Brand_Name_HoneywellType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST ALASKAANCHORAGE, AK, 99506-0898, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Engineer District, Alaska, is conducting market research for the inclusion of sole source specifications for the Honeywell Vindicator V5 Intrusion Detection system as part of an FY25 construction project for an Aircraft Maintenance Hangar at Fort Richardson, Alaska. This sources sought notice invites vendors capable of supplying the specified security system, which falls under the NAICS category 335999, to submit detailed specifications and a narrative demonstrating how their products meet the required functional criteria. The procurement process emphasizes the government's discretion regarding competition for these specific items, in accordance with FAR regulations on sole sourcing. Interested vendors should direct their responses to Theresa Afrank at the U.S. Army Engineer District, Alaska, via email or postal mail, providing essential information for the project's planning phase.

Files
Title
Posted
Mar 26, 2025, 11:05 PM UTC
The U.S. Army Engineer District, Alaska is conducting market research to support the inclusion of sole source (brand name) specifications for an FY25 construction project, specifically an Aircraft Maintenance Hangar at Fort Richardson, Alaska. This sources sought notice is not a request for proposals but seeks responses from vendors who can supply the specified Honeywell Vindicator V5 Intrusion Detection system, a security solution that falls under NAICS category 335999. Interested vendors are encouraged to submit detailed specifications, product information, and a narrative that demonstrates how their offerings meet the required functional criteria. Responses should be directed to the U.S. Army Engineer District, Alaska, providing crucial information for the project's planning phase. This notice underscores the government's discretion regarding competition for these specific items, in line with FAR regulations concerning sole sourcing.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Intent to Sole Source F35 Lightning Protection Masts
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to sole source the procurement of Lightning Protection Masts for F-35 aircraft at Eielson Air Force Base in Alaska. The requirement includes twenty-four (24) lightning protection systems, each with a minimum height of 38 feet and the capability to withstand lightning strikes of up to 200 kA, along with robust specifications to endure severe weather conditions. This procurement is critical for ensuring the safety and operational readiness of military assets against natural threats. Interested vendors must express their interest and capability by April 18, 2025, at 12:00 P.M. Alaska Time, and can contact Contract Specialist Catherine Williams at catherine.williams.11@us.af.mil or Contracting Officer Marta Burke at marta.burke@us.af.mil for further details.
Enterprise Fire Alarm Control Panel (FACP) Systems
Buyer not available
The Department of Defense, specifically the U.S. Army Installation Management Command (IMCOM), is seeking industry feedback through a Sources Sought Notice for the procurement of Fire Alarm Control Panel (FACP) systems. The objective is to standardize these systems across all Army installations within the Continental United States, Alaska, Puerto Rico, Hawaii, and select overseas locations, reducing the number of manufacturers from thirty-eight to four—Honeywell, Johnson Control, Monaco, and Siemens—to enhance cost efficiency and operational effectiveness. This initiative aims to streamline procurement processes for replacements or new installations under Firm-Fixed-Price contracts, while also inviting responses from firms capable of providing comparable products. Interested parties should direct inquiries to Brayden Lazenby at brayden.v.lazenby.civ@army.mil or Sylvia Farmer at sylvia.farmer.civ@army.mil, with responses encouraged by the specified deadline to facilitate clarity in the contracting process.
7B22--Intent to sole source CCure 9000 system (Police Workstation)
Buyer not available
The Department of Veterans Affairs intends to negotiate a sole-source contract for the CCure 9000 security system, currently utilized by the Oscar G. Johnson VA Medical Center. This proprietary system, developed by Software House, is essential for maintaining security operations and is incompatible with other brands, necessitating a limited source procurement in accordance with FAR 13.106-1(b). Interested parties may submit inquiries to the designated contracting officer, Waymon McNeal, via email by April 21, 2025, as this notice serves solely for information gathering and does not constitute a formal request for proposals or quotes. The government retains discretion on whether to pursue competitive procurement and will not cover any costs incurred by responses to this notice.
Integrated Base Defense Security Systems
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking industry input for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on Integrated Base Defense Security Systems at Hurlburt Field, Florida. The contract aims to procure electronic and physical security products and services, including engineering, design, installation, and lifecycle support, to enhance security measures against evolving threats to U.S. critical infrastructure and personnel. This initiative is crucial for bolstering national defense capabilities and ensuring compliance with cybersecurity policies, with potential use by other authorized activities pending approval. Interested parties must submit their capabilities statements by April 25, 2025, and can contact Rowan Thom at rowan.thom.1@us.af.mil or Alyssa Garred at alyssa.garred@us.af.mil for further information.
INFANT SECURITY SYSTEM
Buyer not available
The Department of Defense, specifically the Air Force Test Center at Eglin AFB, Florida, is seeking quotes for a TURNKEY Infant Security System under solicitation number FM2823-25-Q-6001. This procurement aims to enhance safety measures for newborns by implementing a comprehensive system that includes real-time location tracking, automated lockdown capabilities, and extensive monitoring, alongside installation services and clinical education. The selected system must comply with rigorous security standards and integrate seamlessly with existing hospital protocols, ensuring reliability and uninterrupted operation. Interested small businesses must submit their quotes by April 28, 2025, and are encouraged to attend a site visit on April 22, 2025, to better understand the installation requirements. For further inquiries, contact Wilma “Kat” Snider at wilma.snider@us.af.mil or Jeremy Rennahan at jeremy.rennahan.1@us.af.mil.
Electronic Security Systems (ESS) VIII
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers' Huntsville Engineering and Support Center, is seeking qualified contractors for the procurement, installation, and maintenance of Electronic Security Systems (ESS) as part of the ESS VIII initiative. This opportunity encompasses a comprehensive range of services, including physical security measures, automated control systems, and various monitoring solutions, aimed at enhancing the Army's security infrastructure across multiple locations both within the continental United States and overseas. The anticipated contract value is approximately $2.5 billion, with a base period of 36 months and options for two additional 24-month periods. Interested firms, particularly small businesses, are encouraged to submit their qualifications and capabilities by responding to the Sources Sought Notice, with inquiries directed to Tianna Love at tianna.r.love@usace.army.mil or Lashonda Smith at LASHONDA.C.SMITH@USACE.ARMY.MIL.
Purchase/Install Intrusion Detection System (IDS)
Buyer not available
The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking proposals for the purchase and installation of a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, Pennsylvania. The project involves the removal of the existing IDS and the installation of a new system, which includes components such as an alarm control panel, alarm keypads, and wireless transmitters, to enhance security measures within federal facilities. This procurement is critical for modernizing security infrastructure and ensuring the safety of personnel and assets. Interested vendors must submit their quotes by April 25, 2025, at 4:00 PM EDT, and are encouraged to attend a site visit on February 4, 2025, to better understand the project requirements. For further inquiries, contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.
EMERGENT AND SPECIAL SECURITY SOLUTIONS
Buyer not available
The Department of Defense, through the Department of the Navy's NIWC Atlantic, is seeking proposals for emergent and special security solutions. This procurement aims to acquire advanced security detection systems, specifically categorized under the NAICS code 334290, which encompasses other communications equipment manufacturing. The goods and services sought are critical for enhancing security measures within defense operations. Interested vendors should reach out to Contract Specialist Candia Lee at candia.m.lee.civ@us.navy.mil or call 843-218-2327 for further details regarding the presolicitation notice.
AECS, IDS, and Door Installation
Buyer not available
The Department of Defense, specifically the Naval Air Warfare Center at China Lake, California, is seeking proposals for the installation of Advanced Electronic Control Systems (AECS), Integrated Defense Systems (IDS), and door installation services. This procurement aims to fulfill a critical requirement for enhancing security and operational capabilities at the facility, with the contract being open to all responsible sources. Interested vendors must ensure compliance with federal acquisition regulations and maintain an active registration in the System for Award Management (SAM) database. Proposals are due following the solicitation posting on or about April 9, 2025, and inquiries can be directed to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or by phone at 760-793-4069.
BPA - Alarm, Signal and Security Detection Systems PSC 6350
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.