SOLE SOURCE BADGE READERS INSTALLATION
ID: N4215825QE025Type: Special Notice
Overview

Buyer

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

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government task order for the installation of Automated Access Control Systems (AACS) at Building 297 of Norfolk Naval Shipyard, home to the Nuclear Supply Department. The primary objective is to enhance security by replacing the existing system with a new one that maintains operational efficiency. Key contractor responsibilities include providing telephonic and on-site support, preventive maintenance, and system updates, adhering to Department of the Navy standards. The contractor must possess specific certifications including ISO9001:2008, advanced integrator certification, and experience with federal certification processes. Installation requirements include setting up various hardware components and ensuring the existing system remains functional during the transition. Work hours are defined, with urgent support services needed within specified timeframes. Safety protocols mandate compliance with OSHA and site-specific procedures. Contractors seeking access to the installation may participate in the Defense Biometric Identification System (DBIDS) or obtain temporary passes. Overall, the document emphasizes rigorous standards for technical capabilities and the importance of safety and operational continuity in government contracting procedures.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    J--Security System Maintenance
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance support services on Access Control System, Intrusion Detection and CCTV System for Center for Information Warfare (CWIT). The resulting contract will have one base year and four option years under NAICS code 561621. The RFQ should be posted on or before 17 July 2018.
    Notice of Intent to Sole Source: WHS/AD Electronic Security Systems and Maintenance Support
    Buyer not available
    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.
    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.
    Navy Standard Integrated Personnel System (NSIPS) Sustainment and Integration Pre-solicitation Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is preparing to issue a pre-solicitation notice for the Navy Standard Integrated Personnel System (NSIPS) Sustainment and Integration, intending to sole source the contract. The procurement aims to secure custom computer programming services necessary for the ongoing support and integration of the NSIPS, which plays a critical role in managing personnel data and operations within the Navy. Interested parties should note that the primary contact for this opportunity is Contract Specialist Lisa Parker, who can be reached at lisa.c.parker.civ@us.navy.mil or by phone at 407-380-4054 for further inquiries.
    D--Justification and Approval for Award of N6247017C6000 to Accompany Notice of Intent to Sole Source Posted 15 June 2017
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source contract to National Institute of Building Sciences (NIBS) for the Design Review and Checking System (DrChecks) and Bidder Inquiry applications. These applications are part of ProjNet, a suite of secure, on-demand, design review, inquiry and comment, issue resolution, communications, and document archiving tools managed by NIBS. The contract is authorized by Public Law 93-383 and is not open for competitive procurement. The anticipated award date is 30 June 2017.
    N--CASCON SYSTEM INSTALLATION, MAINTENANCE and REMOVAL
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking installation and maintenance services for a Casualty Control (CASCON) evacuation and alarm reporting system onboard a forward deployed vessel in Yokosuka, Japan. The system will be provided by the government and the contractor will be responsible for installation, maintenance, and removal. The solicitation will be posted on the NECO website on or about March 24, 2016, with proposals due by April 4, 2016. The contract will be awarded on a firm-fixed price basis in accordance with FAR parts 12 and 13.5. Interested parties should monitor the NECO website for updates. Email submission of proposals is acceptable.
    Regional Armed Security Guard services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM) Mid-Atlantic, is soliciting proposals for Regional Armed Security Guard services at various naval installations, including Norfolk Naval Shipyard in Virginia and Naval Support Activity in Pennsylvania. The procurement aims to secure well-trained personnel to ensure safety and security across multiple facilities, adhering to strict operational and training standards as outlined in the solicitation documents. This contract is particularly significant for maintaining security protocols and compliance with federal regulations in sensitive military environments. Interested contractors must submit their proposals by February 11, 2025, and can direct inquiries to Susan Roberts at susan.roberts2@navy.mil or by phone at 757-341-0091.
    P222 Site Security Manager
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking proposals for the position of Site Security Manager (SSM) to oversee construction site security services for the P222 construction project at Naval Station Norfolk, Virginia. The primary objective is to provide manpower augmentation for secure construction surveillance, ensuring compliance with various security directives, including the Intelligence Community Directive (ICD) 705 and Department of Defense policies. This contract is critical for safeguarding sensitive information during construction phases, with a base period of 12 months and four additional option periods available. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals and past performance information to Elysia Allen at elysia.m.allen2.civ@us.navy.mil, with adherence to all specified security and COVID-19 guidelines.
    15--DOOR,ACCESS,AIRCRAF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a door access component for aircraft, identified by NSN 7R-1560-015519026-QE and reference number 74A345601-1043. The procurement involves a quantity of one unit, with delivery terms set to FOB Origin, indicating that the buyer will take responsibility for the goods once they are shipped. This component is crucial for maintaining the operational readiness and safety of naval aircraft, underscoring its importance within military operations. Interested vendors can reach out to Ethan T. Stein at (215) 697-2983 or via email at ETHAN.STEIN@NAVY.MIL for further details regarding this presolicitation opportunity.
    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.