Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2026 SAM #8811
SOLICITATION NOTICE

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

Notice Date
1/8/2026 11:59:03 AM
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
 
ZIP Code
23709-1001
 
Solicitation Number
NNSY-1120-0006
 
Response Due
1/14/2026 8:45:00 AM
 
Archive Date
01/15/2026
 
Point of Contact
Audrey Franklin
 
E-Mail Address
audrey.m.franklin2.civ@us.navy.mil
(audrey.m.franklin2.civ@us.navy.mil)
 
Description
NOTICE OF INTENT TO SOLE SOURCE. This synopsis is hereby issued in accordance with FAR 5.20. This requirement is for commercial items/services as defined in FAR 2.101 and will be prepared in accordance with the information in FAR Part 12 and FAR Part 13, as supplemented with the additional information included in this notice. 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) and FAR 6.302-1: Only one responsible source has been identified as reasonably available to provide the supplies and/or services that will satisfy the Agency requirements. FAR 13.106-1(b)(1)(i) states for purchases not exceeding the simplified acquisition threshold, Contracting Officers may solicit from one source if the Contracting Officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization). As required by FAR 13.106-3(b)(3)(i), this memorandum explains the absence of competition for this acquisition, as only one source will be solicited for this requirement (or for a portion of the requirement) and the requirement is not expected to exceed the simplified acquisition threshold. The applicable North American Industry Classification System (NAICS) code for this procurement is 561621. The Product Service Code (PSC) assigned to this requirement is J063. Norfolk Naval Shipyard�s (NNSY) intends to solicit, negotiate, and award a sole source Firm Fixed Price (FFP) Contract to UT GOVERNMENT doing business as INTEGRATED SECURITY TECHNOLOGIES, INC (CAGE Code: 4ZXN5) to 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. SEE STATEMENT OF WORK (Section 6 & Section 7) for additional information about the NNSY�s request for contractor- provided services and supplies. Based on market research conducted, UT GOVERNMENT (doing business as INTEGRATED SECURITY TECHNOLOGIES, INC) owns propriety rights to technical data, in relation to the maintenance and repair of the Software House CCure 9000 Automated Access Control System (AACS) installed at Norfolk Naval Shipyard. 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. Use of other vendors could result in unforeseen delays in maintenance/repair, which could lead to security access risks for the shipyard. Not purchasing camera maintenance services through UTG will limit our contracted maintenance program and creates an additional vulnerability to NNSY�s Physical Security posture. Given the 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. SEE STATEMENT OF WORK (Section 6 & Section 7) for additional information about the NNSY�s request for contractor-provided services and supplies. 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) and FAR 6.302-1: Only one responsible source has been identified as reasonably available to provide the supplies and/or services that will satisfy the Agency requirements. This notice is not a request for competitive proposals; however, any responsible source believing that it can fulfill the requirements may identify their interest and capabilities in response to this synopsis, and must clearly show the firm�s ability provide twelve (12) months of preventative maintenance services and supplies for the NNSY closed-circuit television system (CCTV), in the form of repair, preventative maintenance and updates. Interested persons may identify their interest and capability to respond to the requirement or submit a capability statement. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to open the requirement to competition based on the responses to this notice is solely within the discretion of the Government. All capability statements received by the closing response date will be considered by the Government. The Government will not pay for any information that is received. Capability statements, comments or questions regarding this notice shall be submitted via EMAIL ONLY to the Contract Specialist, Audrey Franklin (audrey.m.franklin2.civ@us.navy.mil ) by January 14th, 2026 at 11:45 AM EDT. The capability statement shall be no more than five (5) 8.5 x 11 inch pages with font no smaller than 12 point font, 1.5 spaced. It shall demonstrate the company�s ability to provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format. All responses shall include: Company Name, CAGE code, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address. THE SOLICITATION IS NOT YET AVAILABLE. Once available, the solicitation will be posted on www.sam.gov. The solicitation is expected to be available on or around January 16th, 2026. Potential vendors are hereby notified that the solicitation and subsequent amendments to the solicitation will ONLY be available in electronic form.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/15e0be4aa7484c3cb40b80c96d8b49ea/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07680917-F 20260110/260108230037 (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.