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 BADGE READERS INSTALLATION
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia, intends to award a sole source contract to Integrated Security Technologies (IST) for the installation of an Automated Access Control System (AACS) in Building 297. The primary objective of this procurement is to enhance security by replacing the existing system while ensuring operational efficiency and maintaining system architectural consistency. IST, as the original installer and dealer of record for the SoftwareHouse CCure 9000 AACS, possesses unique knowledge and proprietary rights necessary for the maintenance and repair of the system, which is critical for the Shipyard's security posture. Interested parties may submit capability statements to Chantay Johnson at chantay.c.johnson.civ@us.navy.mil, although the government will not pay for any information received, and no competitive proposals will be accepted.
    Intent to Sole Source Access Control Upgrade CAC Readers
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, New Orleans District, intends to sole source the procurement of access control upgrade CAC readers from Siemens Industry, Inc. This procurement is necessitated by the proprietary nature of the required products and services, which include access to proprietary software and system configurations essential for ensuring compatibility with existing infrastructure. The deadline for interested parties to submit their interest and capability to respond is February 7, 2025, at 2:00 PM CST, with inquiries directed to Francesca Deboer via email at francesca.e.deboer@usace.army.mil or by phone at 504-862-1604.
    DC10--Notice of Intent to Sole Source - Rauland Responder server replacement - Spokane VA
    Buyer not available
    The Department of Veterans Affairs (VA) intends to issue a sole source contract for the replacement of the Rauland Responder 5 nurse call server at the Spokane VA Medical Center. The contract will be awarded to EVCO Sound & Electronics, the only authorized provider for Rauland systems in the region, ensuring uninterrupted support for this proprietary system. This procurement is critical for maintaining effective communication and response capabilities within the medical facility. The contract is expected to be awarded by February 17, 2025, and interested parties may contact Contracting Officer Peter Park at Peter.Park2@va.gov for further information, although no competitive proposals will be accepted.
    Notice of Intent to Sole Source Soo Area Office Security Infrastructure
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to sole source a contract to Siemens Industry Inc. for the expansion of security infrastructure at the Soo Area Office in Sault Ste. Marie, Michigan. The procurement aims to enhance security by adding additional cameras and CAC readers for the Sault Material Storage project, with specific requirements including various models of fixed and PTZ cameras, as well as high assurance CAC readers. This initiative is critical for ensuring the safety and security of the storage yard and parking lot areas. Interested parties capable of providing directly compatible equivalent products are encouraged to submit their qualifications and supporting documentation to the primary contacts, Joseph Russell and Stephanie M. Craig, via email by the specified deadline.
    Protective Security Officer Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Protective Service Acquisitions Division, intends to extend an existing contract for Protective Security Officer Services with KR Contracting, Inc. This sole source extension, which may last up to twelve months, aims to ensure the continued provision of security services at various locations in Washington, DC, while the government prepares to award a follow-on contract. The services are critical for maintaining safety and security in federal facilities, and the procurement falls under the NAICS code 561612, with a small business size standard of $29 million. Interested parties can direct inquiries to Lorraine Zinar at lorraine.zinar@fps.dhs.gov, noting that a Justification for Other Than Full and Open Competition will be posted on sam.gov following the award.
    N66001-25-R-0033: Notice of Intent to Award Sole Source to Ausgar Technologies
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a sole source contract to Ausgar Technologies, Inc. for expert services in research and development, program management, systems engineering, hardware development, test and evaluation, and information assurance. This procurement is critical for supporting the Lightweight Survivable System (LSS) Umbrella Program and the Radiation Detection, Indication and Computation (RADIAC) project requirements. The anticipated contract, which will be a cost-plus-fixed-fee type, is expected to be awarded by April 20, 2025, and interested firms must submit their capability statements to Contract Specialist Jose de Jesus Neri at josedejesus.neri.civ@us.navy.mil. All responding vendors must be registered in the System for Award Management (SAM) to be eligible for consideration.
    NOTICE OF INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Defense, specifically the Marine Corps Field Contracting System at Camp Lejeune, North Carolina, intends to award a sole source contract to Data Security, Inc. for the procurement of a Solid State Media Disintegrator (SSMD), Part Number: 971-0001. This specialized equipment is essential for the secure destruction of classified materials and solid state devices used by the 8th Communication Battalion, ensuring compliance with updated federal standards for the disposal of Classified Material Information (CMI). The decision to limit the procurement to a single source is justified by Data Security, Inc.'s exclusive licensing agreements and the unique capabilities of their device, which meets all necessary specifications per NSA guidance. Interested firms may submit their qualifications by 12:00 PM EDST on February 17, 2025, with inquiries directed to Eris H. Cassano at eris.cassano@usmc.mil or by phone at 910-451-1286.
    Notice of Intent to Award a Sole Source Modifiction to Lockheed Martin to Increase Contract Ceiling
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract modification to Lockheed Martin to increase the contract ceiling for ongoing support of General Service Cross Domain Solutions and Radiant Mercury for the Department of Navy and other Defense agencies. This modification will raise the contract ceiling by a not-to-exceed amount of $12,028,735, ensuring continued provision of critical services that facilitate secure information sharing across different domains. The current contract, N00039-19-D-0006, is set to expire on September 30, 2029, and the Government will negotiate with Lockheed Martin under the authority of 10 U.S.C 2304 (c)(1) and FAR 6.302-1, as only one responsible source can meet the agency's requirements. For inquiries regarding this modification, interested parties may contact Contract Specialist Jennifer A. Iribe at jennifer.a.iribe.civ@us.navy.mil or by phone at 619-553-0928.
    SOLE SOURCE – AN/ALQ-249(V)1 Next Generation Jammer – Mid Band (NGJ-MB) Field Service Representatives (FSRs) Exercise Option Year One
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to exercise Option Year One for the sole source contract related to the AN/ALQ-249(V)1 Next Generation Jammer – Mid Band (NGJ-MB) Field Service Representatives (FSRs). This procurement involves providing on-site FSRs and off-site engineering support for the AN/ALQ-249 system at various locations, including Naval Air Station Patuxent River and international sites, ensuring operational readiness and maintenance of the system. The contract is critical for maintaining the capabilities of the U.S. Navy's electronic warfare systems, with Raytheon Company identified as the sole source due to its proprietary data and expertise. Interested parties may submit capability statements by February 6, 2025, at 12:00 PM Eastern, and should direct inquiries to David Harrell at david.l.harrell38.civ@us.navy.mil.
    70--MANAGEMENT UNIT,ELE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a sole source contract related to the procurement of electronic computer manufacturing services. The requirement emphasizes that the government lacks sufficient data to engage other sources, necessitating government source approval prior to award, which must be accompanied by the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. This procurement is critical for maintaining operational capabilities, as the items involved are essential for IT and telecom computing needs, particularly in server hardware and perpetual license software. Interested vendors must contact Casey Brown at 215-698-6566 or via email at casey.m.brown20.civ@us.navy.mil for further details and to ensure compliance with submission requirements.