Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2026 SAM #8819
MODIFICATION

J -- Sole Source - Support, Updates & Preventative Maintenance CCTV Solicitation

Notice Date
1/16/2026 7:25:06 AM
 
Notice Type
Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
 
ZIP Code
23709-1001
 
Solicitation Number
N4215826QN008
 
Response Due
1/23/2026 8:00:00 AM
 
Archive Date
01/24/2026
 
Point of Contact
Audrey Franklin, Denise J Swain
 
E-Mail Address
audrey.m.franklin2.civ@us.navy.mil, denise.j.swain.civ@us.navy.mil
(audrey.m.franklin2.civ@us.navy.mil, denise.j.swain.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This notice is not a request for competitive proposals. A determination by the Government not to compete based upon responses to this notice is solely within the discretion of the Government. This is a SOLICITATION for commercial items prepared in accordance with the information in FAR PART 12 and FAR PART 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted the GPE at www.sam.gov. This requirement was first advertised as Pre-Solicitation Notice ID NNSY-1120-0006 Sole Source - Support, Updates & Preventative Maintenance CCTV Contract on 01/08/2026. The Solicitation number is N4215825QN008 and is being issued as a Request for Quote (RFQ). This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular {10/10/2025} and DFARS Change Notice {11/10/2025}. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: a. Federal Acquisition Circular (FAC) 2025-06, effective 10/01/2025, located at https://www.acquisition.gov/browse/index/far b. DFARS Publication Notice DFARS Change 11/10/2025, effective 11/10/2025, located at https://www.acquisition.gov/dfars The associated North American Industry Classification System (NAICS) code is [561621 - Security Systems Services (except Locksmiths)] and the associated Product Service Code (PSC)/Federal Supply Code (FSC) is [J063 - Maintenance, Repair, and Rebuilding of Equipment�Alarm, Signal, and Security Detection Systems] for this procurement. The Small Business Standard is $25 million. This procurement is not being set-aside for small businesses. The Small Business Office concurs with this determination. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source UT GOVERNMENT doing business as INTEGRATED SECURITY TECHNOLOGIES, INC (CAGE Code: 4ZXN5) under the authority of FAR 13.106-1(b)(1)(i), FAR 13.106-3(b)(3)(i), and FAR 6.302. It is anticipated that one (1) firm-fixed price purchase order will be issued in response to this RFQ. The required delivery is FOB Destination and acceptance date is estimated to begin in February 2026 and end in February 2027. Delivery and acceptance will occur at Norfolk Naval Shipyard. This announcement will close at 11:00 AM on Friday January 23,2026. Interested offerors shall submit their offer via email to Contract Specialist Audrey Franklin (audrey.m.franklin2.civ@us.navy.mil) and Contracting Officer Densie Swain (denise.j.swain.civ@us.navy.mil). All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. SUPPLIES CLIN DESCRIPTION QUANTITY UNIT OF MEASURE 0001 Lift Rental 80' Articulating Boom � 1 year onsite 1 JOB 1001 Spare Parts Budget 1 JOB 1002 Spare Parts Budget 1 JOB SERVICES CLIN DESCRIPTION QUANTITY UNIT OF MEASURE 0002 12 Months of Labor Provision 12 months of support, updates, and preventative maintenance services for the new Milestone video management system and all cameras being installed throughout the shipyard. Technicians will identify any equipment issues during thepreventative maintenance cycle and provide recommended repairs to the NNSY for review and approval. Company must have system and equipment qualified personnel capable of responding on site within four (4) hours to a nonemergency and within two (2) hours during reactor servicing operations called by an authorized NNSY representative as designated by NNSY Technical Point of Contact. 1 JOB This notice is not a request for competitive proposals. A determination by the Government not to compete based upon responses to this notice is solely within the discretion of the Government. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source UT GOVERNMENT doing business as INTEGRATED SECURITY TECHNOLOGIES, INC (CAGE Code: 4ZXN5) under the authority of FAR 13.106-1(b)(1)(i), FAR 13.106-3(b)(3)(i), and FAR 6.302. Contractor will provide provide twelve (12) months of preventative maintenance services for the new Milestone video management system and cameras being installed throughout the NNSY. The contractor will provide the required services in the form of repair, preventative maintenance and updates, including the following services: telephonic support, on-site support, hardware/software support, defect correctable support, preventative maintenance/inspection support, system/application administration and update support, documentation update support and operator/admin refresher training. NNSY�s Physical Access Control System (PACS) will interface with the Milestone XProtect Professional+ Closed Circuit Television (CCTV) system, which will require contractor maintenance for repair and sustainment of the system and the physical cameras themselves. Unlimited Technologies Government (UTG) is NNSY�s certified Tyco integrator; UTG currently performs maintenance under an existing contract associated with NNSY�s Tyco Software House Ccure9000 PACS. NAVSEAINST 5510.2D and OPNAVINST 5530.14E require PACS to meet FIPS-201 guidelines ensuring credential (CAC) validation. NNSY�s current PACS is in alignment with these regulations. Not purchasing camera maintenance services through UTG will limit our contracted maintenance program, and creates an additional vulnerability to NNSY�s Physical Security posture, and is necessary for continuity of services. NNSY must maintain continuity of services, and the process of introducing a new vendor threatens to interrupt these services, duplicating existing costs, and will cause unacceptable delays to the shipyard�s mission. Given the market research information provided above, the Contracting Officer recommends issuing the contract on a sole source basis to UT GOVERNMENT (doing business as INTEGRATED SECURITY TECHNOLOGIES, INC), which is a large business under the selected NAICS code. This notice is not a request for competitive proposals. A determination by the Government not to compete based upon responses to this notice is solely within the discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d7b40263b0fc47659a8f8276ea149184/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07689281-F 20260118/260116230038 (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!  © 1994-2026, Loren Data Corp.