Sole Source - Support, Updates & Preventative Maintenance CCTV Contract
ID: NNSY-1120-0006Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
    Description

    The Department of Defense, specifically the Norfolk Naval Shipyard (NNSY), intends to award a sole source contract for support, updates, and preventative maintenance of its Closed Circuit Television (CCTV) system to UT Government, doing business as Integrated Security Technologies, Inc. This contract will encompass twelve months of comprehensive services, including telephonic and on-site support, hardware/software maintenance, defect corrections, and operator training, all critical for maintaining the security posture of the shipyard. The requirement is underscored by the necessity for the contractor to have proprietary rights to the technical data associated with the existing systems, ensuring continuity and compliance with security protocols. Interested parties may submit capability statements to Audrey Franklin at audrey.m.franklin2.civ@us.navy.mil by January 14, 2026, with the solicitation expected to be released around January 16, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    This memorandum outlines the justification for using other than full and open competition for acquisitions under the Simplified Acquisition Threshold, as per FAR 13.106-1(b)(1)(i) and FAR 13.106-3(b)(3)(i). It applies to situations where only one source is reasonably available, such as due to urgency, exclusive licensing agreements, or brand-name restrictions. The document details the requirement for NNSY’s Physical Access Control System (PACS) to interface with the Milestone XProtect Professional+ CCTV system, necessitating contractor maintenance. Unlimited Technologies Government (UTG) is identified as NNSY’s certified Tyco integrator, performing maintenance under an existing multi-year contract. The justification for sole-sourcing this requirement is based on exclusive licensing agreements, as UTG is the only authorized distributor/technical representative for the OEM, essential for continuity of services and maintaining NNSY’s physical security posture in compliance with NAVSEAINST 5510.2D and OPNAVINST 5530.14E. The memorandum also provides sections for brand-name justifications and unusual and compelling urgency, though these were not selected for this particular acquisition.
    The Norfolk Naval Shipyard (NNSY) requires a contractor to provide comprehensive life cycle support for its Closed Circuit Television (CCTV) system. This includes telephonic and on-site support, hardware/software maintenance, defect corrections, preventative maintenance, system administration, documentation updates, and refresher training. The work will primarily occur at NNSY during regular business hours, with specific timeframes for critical responses (1-hour telephonic, 4-hour on-site, 2-hour during reactor servicing). The contractor's personnel must hold a Secret security clearance and meet DoD Cybersecurity Workforce requirements. Access to NNSY requires a DBIDS card and potentially a red NAVSEA badge for Restricted Data. The contractor must be a Milestone Certified Partner with relevant certifications and experience in Milestone CCTV deployments and federal procurement procedures. Key tasks involve hardware/software support, defect correction, preventative maintenance (including monthly Milestone integrity checks and semi-annual version upgrades), cybersecurity assessments for RMF compliance, and ongoing documentation updates.
    Lifecycle
    Similar Opportunities
    CCTV Maintenance and Support Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the maintenance and support renewal of a Digital Signage over IP Network System. The procurement includes technical services such as quarterly preventative maintenance, 24/7 phone support, and annual support through the VITEC Platinum Service Program, which encompasses critical updates and training opportunities. This contract is vital for ensuring the operational efficiency of the digital signage system across various locations, with a performance period from February 1, 2026, to January 31, 2027. Interested small businesses must submit their quotations by January 14, 2026, at 12:00 PM EST, and can direct inquiries to Jeremy A. Wood at jeremy.a.wood@uscg.mil.
    INTEGRATED COMBAT SYSTEM ENGINEERING, LOGISTICS, POLICY AND ADMINISTRATIVE SERVICES
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Port Hueneme Division (NSWC PHD), is seeking interested parties to provide Integrated Combat System (ICS) engineering, logistics, policy, and administrative support services for Aircraft Carrier Strike Groups (CSG), Amphibious Ready Groups (ARG), and Fleet Strike Groups. The procurement aims to establish an engineering resource for planning and coordinating the installation of Combat Systems and Command, Control, Communications, Computer, and Intelligence (C5I) Systems, which are critical for the operational readiness and modernization of various naval vessels. The anticipated contract will be a Cost-Plus-Fixed-Fee Level of Effort (LOE) with a performance period of one base year and four option years, and interested small businesses are invited to submit capability statements by January 16, 2025, to the primary contact, Anthony Duran, at Anthony.t.duran.civ@us.navy.mil.
    Installation, Maintenance, and Service of Closed Circuit TV
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army at Fort Leonard Wood, Missouri, is seeking interested parties for the installation, maintenance, and service of Closed Circuit TV (CCTV) systems. The procurement involves semi-annual scheduled maintenance and unscheduled service calls for repair, with the contractor responsible for providing all necessary personnel, equipment, and materials to fulfill these requirements. This service is critical for ensuring the operational integrity and security of CCTV systems at the installation, with a contract anticipated to be a Firm-Fixed Price type, consisting of a one-year base period and four optional one-year extensions. Interested businesses, regardless of size or socioeconomic status, are encouraged to respond to the Sources Sought Notice by contacting Elizabeth Reyes at elizabeth.e.reyes2.civ@army.mil for further details and to express their capabilities.
    Surveillance System- USCG STA Yaquina Bay
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for the removal and installation of a new TAA-compliant security camera system at the U.S. Coast Guard Station Yaquina Bay in Newport, Oregon. The project entails the design, procurement, and installation of up to nine cameras, ensuring 24/7 monitoring capabilities and a minimum of 30 days of video storage, while adhering to specific compliance requirements regarding materials. This procurement is set aside exclusively for small businesses, with quotes due by 3 PM PST on January 23, 2026, and a site visit scheduled for January 7, 2026. Interested vendors should contact Ava Stow at ava.m.stow@uscg.mil for further details and to RSVP for the site visit.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP). This procurement aims to secure contractor support services for engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F). The services are critical for ensuring the operational readiness and security of Navy and non-Navy installations across the continental United States and overseas, with performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested contractors must submit their proposals by January 13, 2026, and ensure compliance with security clearance requirements, as well as registration in the SAM database. For further inquiries, contact Ethan Othersen at ethan.t.othersen.civ@us.navy.mil or Elizabeth Phelps at elizabeth.a.phelps1@navy.mil.
    Notice of Modification to Contract N00189-21-D-Z043
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR Norfolk, has issued a special notice regarding a modification to Contract N00189-21-D-Z043. The modification aims to increase the ceiling value of this sole source contract, which is an Indefinite Delivery, Indefinite Quantity Firm-Fixed-Price contract, allowing for additional orders to be placed before the contract's expiration on 31 August 2026. This contract is crucial for providing ongoing engineering and technical support services, and while the requirement remains unchanged, the follow-on contract has already been solicited and is set to be awarded prior to the contract's end date. Interested parties can direct inquiries to Danielle Udinson at danielle.udinson@navy.mil, with the notice closing on 9 January 2026 at 12:00 PM EST.
    7J--REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting bids for the replacement of surveillance cameras at various locations within Shenandoah National Park in Virginia. The project aims to remove existing cameras and infrastructure while installing approximately 48 new NDAA-compliant IP-connected security cameras, along with necessary wiring and network equipment, to enhance the park's surveillance capabilities. This small business set-aside acquisition has an estimated contract value between $100,000 and $250,000, with a performance period of 90 calendar days from the notice to proceed. Interested contractors should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and note that a site visit is scheduled for December 18, 2025, with proposals due by January 23, 2026, at 12:00 PM ET.
    Justification for Sole Source Contract for NCIS Cyber Directorate Support Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking to issue a sole source contract for Cyber Directorate Support Services to ManTech Advanced Systems International, Inc. This procurement aims to provide essential IT management support services for the Naval Criminal Investigative Service (NCIS) Cyber Directorate, ensuring the effective operation and security of cyber-related initiatives. The justification for this sole source contract highlights the critical nature of these services in supporting national defense operations. Interested parties can reach out to Jacob Segal at jacob.a.segal.civ@us.navy.mil or call 215-697-9813 for further details regarding this opportunity.
    SOLE SOURCE – PHYSICAL SECURITY COMPONENTS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure physical security components through a sole source justification. This procurement is categorized under miscellaneous alarm, signal, and security detection systems, indicating a focus on enhancing security measures. The goods and services sought are critical for maintaining operational security and ensuring the safety of personnel and assets. For further inquiries, interested parties can contact Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for additional details regarding this opportunity.