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
    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
    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
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    Intent to Sole Source
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Buffalo District, intends to award a sole-source contract to Williams Electric Co. Inc. for the continued monitoring, maintenance, and service of the Electronic Security System (ESS) at the Niagara Falls Storage Site (NFSS) in Lewiston, New York. This contract, estimated to be valued between $500,000 and $1,000,000, will support critical infrastructure by ensuring the operational integrity of various security subsystems, including Intrusion Detection Systems and Closed Circuit Television, while adhering to stringent security protocols and compliance with federal regulations. Interested firms are encouraged to respond with their qualifications and capabilities, as the contract is expected to be a firm fixed price with a one-year term and four optional extensions. For further inquiries, contact Douglas Smith at douglas.smith@usace.army.mil or Tyrone Palaganas at tyrone.b.palaganas@usace.army.mil.
    Sole Source Verdi G5 Laser-Diode System
    Dept Of Defense
    The Department of Defense, specifically the Army's Tactical Network Assurance Branch, is seeking to procure a Sole Source Verdi G5 Laser-Diode System, which includes a water riser and chiller, through a Request for Quote (RFQ) W911QX-26-Q-A004. This procurement is classified under NAICS code 334516 (Analytical Laboratory Instrument Manufacturing) and is intended to be solicited from a single source, emphasizing the system's critical role in supporting the Army Research Laboratory's operations in Adelphi, Maryland. Proposals are due five days after the posting date, with evaluations based on price, technical specifications, and past performance, and the contract is expected to be awarded to the most advantageous offer. Interested parties should direct inquiries to Keturah Moore at keturah.l.moore.civ@army.mil or Alexander Cheatham at alexander.k.cheatham.civ@army.mil, with delivery required within six months of contract award.
    63--SENSING ELEMENT,FIR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 28 units of the Sensing Element, FIR, under solicitation number 6340014712597. This procurement is critical for alarm, signal, and security detection applications, ensuring the operational readiness of defense systems. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed via the DLA's solicitation portal.
    BPA - Alarm, Signal and Security Detection Systems PSC 6350
    Dept Of Defense
    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.
    63--SENSING ELEMENT,FIR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 25 units of the Sensing Element, FIR, under solicitation number 6340014712596. This procurement is a total small business set-aside, aimed at acquiring critical alarm, signal, and security detection equipment essential for defense operations. Interested vendors are required to submit their quotes electronically, as hard copies will not be available, and all submissions must be received within 143 days after the order date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    6350-01-347-8013
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking procurement related to miscellaneous alarm, signal, and security detection systems, specifically identified by the title '6350-01-347-8013'. The opportunity involves a Justification and Approval (J&A) process, indicating a specific need for these systems, which are critical for ensuring safety and security in military operations. The place of performance for this contract is located in Richmond, Virginia, and interested vendors can reach out to primary contact David Shumate at david.shumate@dla.mil or by phone at 804-279-1508, or secondary contact Hien-Van Trinh at Hien-Van.Trinh@dla.mil or 804-279-1721 for further details.
    Rapid Screening Device
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for a Rapid Screening Device (RSD) to Thermal Hazard Technology Inc. This procurement aims to secure a unique instrument that assesses explosives by simultaneously measuring pressure and energy release while collecting product gases, addressing issues related to sample homogeneity. The contract will be a firm fixed price, and interested parties must submit their capabilities by May 17, 2025, at 3 PM EST to Sharon Cooper at sharon.cooper@navy.mil. Vendors must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    FIRE DETECTOR SYSTEM SENSING ELEMENT / 06F, C-130 HERCULES AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is seeking suppliers for the procurement of a Fire Detector System Sensing Element for the C-130 Hercules aircraft. This indefinite quantity contract (IQC) will cover a base period of five years, with an estimated annual requirement of 40 units, and delivery is expected within 218 days after order placement. The goods are critical for ensuring the safety and operational readiness of military aircraft, and the solicitation will be issued as an unrestricted procurement, with a reverse auction process conducted online. Interested vendors should register at DLA.ProcurExInc.com and can access the solicitation on or about November 19, 2025, via the DLA Internet Bid Board System (DIBBS). For further inquiries, contact Gladys Brown at gladys.brown@dla.mil or by phone at 445-737-4113.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.