Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2025 SAM #8606
SPECIAL NOTICE

J -- Notice of Intent to Sole Source, Honeywell International fire alarm maintenance services

Notice Date
6/17/2025 1:57:46 PM
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FA2550 50 CONS PKP SCHRIEVER SFB CO 80912-2116 USA
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550SN0168A
 
Response Due
6/27/2025 2:00:00 PM
 
Archive Date
09/17/2025
 
Point of Contact
Stephen Cooper, Kaitlyn Guldan
 
E-Mail Address
stephen.cooper.1@spaceforce.mil, Kaitlyn.guldan@spaceforce.mil
(stephen.cooper.1@spaceforce.mil, Kaitlyn.guldan@spaceforce.mil)
 
Description
50th Contracting Squadron (50 CONS/PKB) 210 Falcon Parkway Suite 2116 Schriever SFB CO 80912 1. Notice of Intent to Sole Source. The 50th Contracting Squadron intends to solicit and negotiate with Honeywell International, Inc. for alarm maintenance services as a modification to existing contract number FA255021C0019; the sole source action would add up to five priced options of one year each, and may also increase the dollar magnitude of one option period of the current contract. 2. Requirement. The contractor shall furnish all labor, tools, equipment, technical data/manuals, materials, supplies, services, and transportation necessary to perform a continuing service contract on the Honeywell Fire Detection and Notification System (fire system) and the interconnected Base Wide Mass Notification System (mass notification) at Schriever Space Force Base (SFB). Honeywell International, Inc. has proprietary data rights of the Fire Detection and Notification System (fire system) and interconnected Base Wide Mass Notification System (mass notification) hardware and software located at Schriever SFB. This requirement includes furnishing of replacement fire alarm panels as required. 3. This contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1) and 41 USC 1901; only one source will meet the Government's needs. 4. Only one source is capable of responding to the Government's requirement due to the unique or specialized nature of the supplies and/or services. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals and no solicitation will be made available. Any responses received will only be considered for the purposes of determining whether to conduct a competitive procurement in lieu of a sole source contract modification described in this notice, and such determination shall be made at the sole discretion of the Government. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement. If no responses are received, the Government will proceed with the sole source contract modification. 5. Any response to this notice must be e-mailed to: stephen.cooper.1@spaceforce.mil and to: kaitlyn.guldan@spaceforce.mil by 27 June 2025 at 3:00 PM Mountain Daylight Time (MDT). In addition, any response to this notice must include the following information: Name of respondent; Name, address, CAGE Code, and UEI Number of firm; Phone number; and E-mail address. 6. Notice to Offerors. In accordance with the Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS), Mandatory Procedure MP5332.7, Contract Funding, Release of Solicitations in Advance of Funding Availability, the following notice is required for this solicitation: Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 7. The Government will not pay for any offer nor other response to this notice, and any submission of an offer or other response to this notice is voluntary on the part of the offeror. Any response to this notice is voluntary and the Government will not pay for any response submitted. This notice should not be considered a commitment on the part of the Government to award a contract; the Government will not be liable for any costs incurred in anticipation of a contract. All responses to this notice will be kept by the government 8. Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) 5352.201-9101, Ombudsman (Jul 2023). (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, for USSF (United States Space Force) acquisitions (excluding SMC acquisitions) please contact the Director of Contracts, Air Force Instillation Contracting Center, Operating Location- Space (AFICC/KS OL-SPC) via the following email workflow address: afica.ks.wf@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. (End of clause)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/82063aa201da4c4aabe73a8c0e75b550/view)
 
Place of Performance
Address: Colorado Springs, CO 80912, USA
Zip Code: 80912
Country: USA
 
Record
SN07480089-F 20250619/250617230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.