Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published September 2, 2025 at 8:00 PM
Updated September 4, 2025
Renovation of a military facility in San Antonio, Texas. Completed plans call for the renovation of a military facility.
The 502d Contracting Squadron is seeking HoneyWell authorized distributors for the provision and installation of brand name HoneyWell Vindicator Alarm systems for Bldg 1003 JBSA Lackland, Texas. Site Visit. A site visit will be conducted on Friday, 22 August 2025 at 1:00 pm Central Daylight Time. All contractors who plan to attend must register for the site visit before Friday, 11 July 2025 at 1:00 pm CDT by sending an email to SrA Kyle Sarrett at kyle.sarrett@us.af.mil and A1C Jaison Saavedra at jaison.saavedra@us.af.mil. Question Deadline 08/25/2025 at 1:00 PM CT: Submittal of Questions: Questions may be submitted in writing to the Contracting office. Please submit all relevant and related questions to Kyle Sarrett at kyle.sarrett@us.af.mil DESCRIPTION OF SERVICES / GENERAL INFORMATION. The Joint Electromagnetic Warfare Center at Bldg. 1003, 1301 Billy Mitchell Rd, JBSA-Lackland, San Antonio, Texas 78236, requires installation of an Access Control System (ACS) and Intrusion Detection Systems (IDS) inclusive of a Video Management Server with cameras (VMS). The Contractor shall provide all equipment and tools, necessary to provide & install a Honeywell Vindicator IDS and ACS to secure multiple rooms area at JBSA Lackland-Kelly Annex Bldg. 1003. B1003 is 2610 SF approximately (approx.); it is comprised of 2 Rooms, a high bay area, 2 restrooms, and mech room (see Appendix 1). The Contractor shall perform initial and post-work Scope surveys to ensure compliance with all Security requirements, codes, and regulations. The Contractor shall furnish all equipment, labor, layouts of work features, and supervision needed to procure and install the Honeywell Vindicator IDS, & ACS. The Contractor shall procure and install all required electrical infrastructure to supply power to IDS & ACS. Contractor shall procure and install conduits, devices, and wiring/cabling to safely operate the IDS and the ACS. Contractor shall remove and dispose of all debris from the jobsite daily. The Contractor shall submit a work plan with the work schedule to CE Project Manager (PM). Contractor shall provide and install IDS/ACS in accordance with (IAW) the most recent version, at time of solicitation, of following standards and specifications: IC Tech Spec for ICD/ICS 705 Version 1.5.1, July 26, 2021 ("Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities"), UL 2050 ("National Industrial Security Systems for the Protection of Classified Material"), UFC 4-021-02 ("Electronic Security Systems"), and Underwriters Laboratory (UL) 639, Standard for Intrusion Detection, DOD 5200.01, V3, ("Department of Defense Information Security Program (Storage and Transmission)", and DoDM5200.01V3_AFMAN16-1404V3 12 APRIL 2022, V3 (Air Force Information Security Program: Protection of Classified Information). Installation shall comply with an Extent 3 installation as referenced in UL 2050 Doors (BMS): Primary (#1) Entry door at end of the main corridor, interior door (#2) Office Workspaces, and Mechanical Room double doors (#3#4): Door #1 interior Premise control reader (PCR) to disable BMS and PIR in workspaces upon renovation. Install Premise control reader Door #2 interior office to disable workspace - Upon renovation Door #1 Install Card Reader (ACR) (linked to electric door locksets electromagnetic switches) and Access Control Panel (ACP), Balanced Magnetic Switches (BMS) and all cabling required, within 1" Conduit with pull-string and a back-box from locations designated on provided drawings. Install Surveillance Camera, one each at elevation with tilt and pan feature viewing exterior entryway inclusive of all cabling back to CCTV location. Route within 1" Conduit with pull-string and a back-box from locations designated on provided drawings. Surveillance Camera viewing area and all cabling back within 1" Conduit provided with pull-string and a back-box to CCTV location and linked to Video Verification Screen (VVS) at Door # 1. SCOPE: The contractor must be Honeywell Vindicator(R) certified and perform the following services for the installation in a phased process, with Vindicator certified alarm components and associated equipment. I. Install Vindicator 1500 or Vindicator(R) V5. II. Install Vindicator Keypads for entry into Bldg. 1003 III. Install Balanced Magnetic Switch(s) (BMS) and Passive Infrared sensor(s) (PIR) at each access point. IV. Install battery backup lasting no less than 4 hours. V. Label wiring before and after penetration of perimeter walls of alarmed areas. VI. Install all electrical support requirement for equipment that is not already available. Install dedicate electrical and communication lines from point of debark. VII. Remove all previous installed components that are identified as unnecessary. VIII. Coordinate all programming of the Vindicator system and map of the area(s) with 802 SFS/Electronic Security Systems (ESS). All alarm programming at the headend will be conducted by 802 SFS/ESS in coordination with contactor at Building #1030 for data transmissions through dedicated conductors, and Base Level Information Infrastructure (BLII) VIIII. Provide an area PDF drawing that shows all designated alarm points that will be programmed into the base alarm system; this will be reviewed by 802 SFS/Resource Protection and the 802 SFS/ESS during material submittals IAW this SOW. X. Provide a complete list of alarm devices to 802 SFS/Resource Protection and 802 SFS/ESS which will be reviewed during the material submittals. To include make, model, serial number and part number. XI. Coordinate with 802 SFS/ESS for Vindicator alarm point numbers for programming after installation is complete; this will also be provided to 802 SFS/ESS as a hard copy and electronic copy. XII. After installation but before alarm programming, 802 SFS/ESS will conduct an inspection of the installed parts.
Post-Bid
Military
$500,000.00
Public - Federal
Renovation
Documents for this project are exclusively Specifications. If Plans become available, we will add them here.
7
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
September 3, 2025
October 3, 2025
Multiple Locations, San Antonio, TX
Related To This Project
San Antonio, TX
--
San Antonio, TX
Bid Date: Jun 27 2025
San Antonio, TX
Bid Date: Jul 08 2025
San Antonio, TX
Bid Date: Jul 01 2025
San Antonio, TX
Bid Date: Jul 17 2025
San Antonio, TX
--
San Antonio, TX
Bid Date: Jun 24 2025
San Antonio, TX
--
San Antonio, TX
--
San Antonio, TX
Bid Date: Jun 06 2025
San Antonio, TX
Bid Date: Oct 07 2025
San Antonio, TX
Bid Date: Jul 08 2025
San Antonio, TX
Bid Date: Jun 05 2025
Preview Active Commercial Construction Projects Like This One
Get preview access now—no credit card required.
