Notice of Intent to Sole Source: WHS/AD Electronic Security Systems and Maintenance Support
ID: HQ003425R0077Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Security Systems Services (except Locksmiths) (561621)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole source contract to Advantor Systems Corporation for electronic security systems and maintenance support services. This procurement is justified under the authority of FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements. The services are critical for maintaining security alarm systems, which play a vital role in safeguarding government facilities. Interested parties may submit capability statements for consideration, although the government reserves the right to proceed with the sole source award without competition. For further inquiries, contact Leanne Condren at leanne.condren.civ@mail.mil, with the reference number HQ003425R0077 associated with this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Defense (DOD) intends to award a sole source contract to Advantor Systems Corporation for services related to security alarm systems, under the authority of FAR 6.302-1. This contract is justified as only one responsible source can meet the agency's requirements. The Reference Number for this action is HQ003425R0077, and the sole source award aligns with provisions of FAR 13.501. While this notice is not a request for competitive proposals, other responsible parties may submit capability statements which the Government will evaluate to determine if a competitive procurement is warranted. The primary contracting office is located in Alexandria, Virginia, and the specified NAICS code for this project is 561621, with a small business size standard of $25,000,000 in annual sales. The Government reserves the right to cancel the proposed sole source award at its discretion.
    Similar Opportunities
    SOLE SOURCE – PHYSICAL SECURITY COMPONENTS
    Buyer not available
    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.
    Internal Resource Management Application – Enterprise Resource Database Support
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), intends to award a sole source contract for the Internal Resource Management Application – Enterprise Resource Database Support to Quality Management Systems, Inc. This procurement is aimed at continuing the services currently provided under Contract Number HQ0034-20-F-0091, which are set to conclude on January 18, 2026, and is justified under FAR 6.302-1(a)(2)(iii) due to the necessity of having only one responsible source to meet the agency's requirements. Interested parties should note that this is a Special Notice and not a Request for Proposal (RFP), and inquiries regarding the solicitation will not be entertained. For further information, contact Jacqueline Patierno at jacqueline.t.patierno.civ@mail.mil or Daniel Baskin at daniel.a.baskin.civ@mail.mil.
    DRRS Sustainment and Maintenance Sole Source J&A
    Buyer not available
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.
    Integrated Security Services Contract 5 (ISSC)
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking vendors for the Integrated Security Services Contract 5 (ISSC) to provide comprehensive electronic and physical security systems for various DoD facilities. This non-personal services contract is structured as a Firm Fixed Price Performance Based Indefinite Delivery/Indefinite Quantity (IDIQ) with a potential value not to exceed $475 million and a performance period of up to ten years, focusing on maintaining, repairing, installing, and supporting security systems such as access control, intrusion detection, and video surveillance. Interested firms must possess a Top Secret Facility Clearance and submit capability statements by December 12, 2025, detailing their administrative information, technical capabilities, and subcontracting plans. For further inquiries, vendors can contact Saba Samuels at saba.samuels.civ@mail.mil or Roya Sterner at roya.m.sterner.civ@mail.mil.
    Notice of Intent to Award Sole Source Washington State Patrol Database ACCESS Subscription
    Buyer not available
    The Department of Defense, specifically the Mission Installation Contracting Command at Joint Base Lewis-McChord, intends to award a sole source contract for a subscription to the Washington State Patrol's ACCESS system, a web-based law enforcement information system. This procurement aims to secure monthly access to critical databases that provide law enforcement information from both state and federal sources, essential for the operational needs of law enforcement entities at JBLM. The Washington State Patrol is the sole provider of this vital data service, which supports functions such as checking for warrants and vehicle registrations, thereby playing a crucial role in the law enforcement mission within the JBLM community. Interested parties must express their interest and capability to respond by 12 PM PST on December 9, 2025, and can direct inquiries to Diana Neff at diana.c.neff.civ@army.mil.
    Notice of Sole Source
    Buyer not available
    The Department of Commerce is announcing a sole source procurement for IT services, indicating that the contract will be awarded to a single vendor without a competitive bidding process. This decision is based on the authority granted under FAR 8.405-6(a)(1)(i)(B), which allows for such actions when only one source is deemed capable of fulfilling the requirements. The procurement is critical for supporting the department's management operations, and all inquiries regarding this opportunity should be directed to Lauren Gueye at lgueye@doc.gov, as telephone inquiries will not be accepted. The place of performance for this contract will be in Washington, DC, and further details can be found in the attached justification document.
    Notice of Intent to Sole Source - Secure Brow System Mid-Brow Doors
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) intends to award a sole source contract to Dawson MCG, LLC for the procurement of Secure Brow System Mid-Brow Doors. This acquisition is critical for enhancing security measures and operational capabilities within the agency's mission scope. The procurement falls under the authority of FAR 13.106-1(b), and while this notice is not a request for competitive proposals, interested parties may express their capabilities within fifteen (15) days of the notice's publication. For inquiries, potential respondents can contact Elizabeth Booher at elizabeth.a.booher.civ@mail.mil or Zun Lin at zun.z.lin.civ@mail.mil.
    Naval Hospital Guam-Agana Expanded Badge Readers and Alarm Systems
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole-source contract to G4S Security Systems (Guam), Inc. for the procurement and installation of a badge access system, duress alarm system, and bathroom panic button system at Naval Hospital Guam-Agana (NHGA). This acquisition is necessary to enhance security measures within the Mental Health Department/Crisis Stabilization Program, ensuring that the new systems are compatible with the existing WinPak security framework at the facility. The contract is set to be awarded with a delivery date of September 30, 2025, and interested vendors may submit capability statements to challenge the sole-source basis by August 28, 2025, via email to Cha-on P. Gordon at cha-on.p.gordon2.civ@health.mil. No telephone requests will be honored.
    SOLE SOURCE –iHAWK RACKMOUNT SYSTEM
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure the iHAWK Rackmount System via a sole source contract. This procurement is justified under the notice type "Justification," indicating that the goods are essential and can only be sourced from a specific supplier. The iHAWK Rackmount System is categorized under IT and Telecom platform products, which are critical for database, mainframe, and middleware operations. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil for additional details regarding this opportunity.
    Defense Science Board (DSB) Summer Study Support Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking sole source support services for the Defense Science Board (DSB) Summer Study. This procurement involves a 10-month firm-fixed-price contract to provide professional analytical and administrative support services for the DSB and its Office while a re-compete is underway. The services are critical as they are currently available from only one responsible source, ensuring that the agency's specific needs are met without interruption. Interested parties can reach out to Nia Holloway at nia.m.holloway.civ@mail.mil or Eric Darby at eric.u.darby.civ@mail.mil for further inquiries, noting that this notice is not a request for proposals or quotes.