Intent to Sole Source Brand Name: Best Hardware Lock Cylinders & Cores
ID: W912DS25S0042Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY CORPS OF ENGINEERS

NAICS

Hardware Manufacturing (332510)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the New York District of the Army Corps of Engineers, intends to solicit a sole source procurement for Best Hardware Lock Cylinders and Cores as part of a construction project for the modernization of Building 12 at Picatinny Arsenal, scheduled for FY25. This procurement aims to ensure compatibility and consistency with existing lock hardware standards at the facility, as Best is the established standard for non-electronic locks used at Picatinny Arsenal. Vendors interested in providing an equivalent product must submit supporting data within 15 business days of this announcement, as the contract will be awarded competitively unless no alternative sources are identified. For further inquiries, interested parties may contact Monica Coniglio at monica.n.coniglio@usace.army.mil or Matthew Lubiak at matthew.e.lubiak@usace.army.mil.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Best CORMAX Lock Cores
    Buyer not available
    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base (AFB) in South Dakota, is soliciting proposals for the supply of 1,000 Best CORMAX Lock Cores and 144 associated keys under solicitation FA469025Q0021. This procurement aims to enhance security at Ellsworth AFB by replacing weathered lock cores with factory-keyed CORMAX cores, which are specifically designed to meet the base's unique physical security requirements. The selected vendor will collaborate with the base locksmith to establish a master key system, ensuring compatibility with existing security measures. Interested parties must submit their proposals by May 14, 2025, and can direct inquiries to Tyree Ross at tyree.ross@us.af.mil or Matthew Cotton at matthew.cotton.1@us.af.mil.
    Combination Lock
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of combination locks through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of hardware manufacturing in securing military facilities and equipment. The place of performance for this contract will be West Point, NY, and interested vendors can reach out to Zachary Miller at zachary.t.miller3.civ@army.mil or 520-687-8157, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details. The procurement process will adhere to the relevant federal regulations, ensuring a fair opportunity for qualified small businesses.
    NOTICE OF INTENT - Sole Source Intellikey Lock Hardware for New Surgical and Clinical Tower Project at the VA West Haven Campus
    Buyer not available
    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."
    53--PADLOCK
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 2,600 padlocks under solicitation number NSN 5340011193981. This procurement is set aside for small businesses, emphasizing the importance of supporting the small business sector in hardware manufacturing. The padlocks are essential for various military applications, ensuring security and access control in defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all submissions should be directed to the primary contact at DibbsBSM@dla.mil. The delivery is required within 129 days after award, and further details can be accessed through the DLA's electronic solicitation platform.
    53--PADLOCK SET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Padlock Set (NSN 5340015582950) under a Total Small Business Set-Aside. The contract will involve the delivery of 311 units, with an estimated annual order frequency of 12, and a guaranteed minimum quantity of 46 units, to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). This procurement is critical for maintaining security and access control within military operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The contract is expected to last for one year or until the total order value reaches $250,000.
    NOTICE OF INTENT - Sole Source Johnson Controls Electronic Security System for New Surgical and Clinical Tower Project at the VA West Haven Campus
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to procure a sole source Johnson Controls Electronic Security System for the new Surgical and Clinical Tower Project at the VA West Haven Campus in Connecticut. This procurement aims to integrate a comprehensive security system, including access control card readers, motion sensors, video surveillance cameras, and duress buttons, into the existing Johnson Controls infrastructure to ensure seamless communication and monitoring throughout the facility. The proprietary nature of security systems necessitates this brand name requirement to achieve full integration and single point monitoring, which is critical for the security operations at the VA. Interested parties are encouraged to submit their responses within 15 days of this notice to Tyler Maryak at tyler.s.maryak@usace.army.mil, with "W912WJ25X15S1 – Security Systems" in the subject line, as the government evaluates the potential for alternative system manufacturers.
    Notice of Intent to Solicit from a Single Source: CJD Exciter Parts
    Buyer not available
    The U.S. Army Corps of Engineers intends to issue a Firm-Fixed Price contract for the procurement of specific ABB exciter parts, targeting ABB Inc. as the sole source supplier. The contract requires the delivery of two ABB exciter PEC800 Modbus TCP units and one ABB exciter CCI Converter Control PC, all of which must be new and come with a manufacturer’s warranty of at least two years or 2,000 operating hours. These components are critical for the maintenance and functionality of the Chief Joseph Dam, ensuring operational reliability. Interested parties must submit any inquiries or evidence of capability to jeannette.k.patton@usace.army.mil, as the government will not entertain competitive proposals for this procurement.
    AdaCore Compiler Tool Upgrade
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command – New Jersey, is planning to award a Firm-Fixed Price (FFP) contract for the upgrade of the AdaCore Compiler Tool, with a focus on acquiring the GNAT Pro Compiler Tool from AdaCore. This sole source procurement is justified under FAR 13.5, indicating that AdaCore is the only vendor capable of fulfilling this requirement, which is critical for the Combat Capabilities Development Command – Armament Center's Fire Control Development Team. Interested parties may submit capability statements or quotations for consideration, although this announcement does not guarantee a future Request for Proposal (RFP) or Request for Quote (RFQ). All inquiries must be directed to Nicole Estrada or Kim M. Potempa Niedosik by May 28, 2025, at 3:00 PM Local Time.
    Breech Ring Forgings per Drawing for Watervliet Arsenal
    Buyer not available
    The Department of Defense, through the Army Contracting Command, is soliciting proposals for the procurement of 70 Body Breech Ring Forgings per Drawing 11579761 Rev E, intended for the 155mm M284 Cannon. This solicitation includes two options: one requiring a first article and the other waiving this requirement, emphasizing the need for adherence to stringent quality and delivery standards. The goods are critical for maintaining military readiness and efficacy in defense manufacturing. Interested contractors must submit their proposals by May 19, 2025, following the amendment to the original deadline, and should direct inquiries to Evan Caulfield at evan.j.caulfield.civ@army.mil or by phone at 518-266-4813.
    Arm Assembly - Lift B
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Rock Island, is seeking proposals for the procurement of an Arm Assembly - Lift B, designated under solicitation number W519TC25Q2234. This opportunity is now open to all businesses, as the initial Small Business Set Aside designation has been amended to an unrestricted solicitation, with the intent to award a firm-fixed price contract to the lowest responsive and responsible bidder. The Arm Assembly is critical for operations at the Rock Island Arsenal, and contractors must adhere to strict delivery schedules, quality assurance requirements, and compliance with safety and security regulations. Proposals are due by 6 PM CST on May 16, 2025, and interested parties should direct all communications to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.