Sole Source - Support, Updates & Preventative Maintenance CCTV Solicitation
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, Norfolk Naval Shipyard (NNSY), has issued a sole source Request for Quote (RFQ) for CCTV Support, Updates, and Preventative Maintenance Services. The government intends to award a firm-fixed-price purchase order to UT GOVERNMENT dba INTEGRATED SECURITY TECHNOLOGIES, INC (CAGE Code: 4ZXN5). This action ensures continuous operational support for NNSY's Milestone video management system and cameras. Interested parties may submit capability statements by January 23, 2026.
Purpose & Scope
This requirement is for twelve (12) months of life cycle support for the NNSY Closed Circuit Television (CCTV) system, including the Milestone video management system and all installed cameras. Services encompass telephonic support, on-site support, hardware/software support, defect correction, preventative maintenance and inspection, system/application administration and updates, documentation updates, and operator/admin refresher training. Technicians must be capable of responding on-site within four (4) hours for non-emergencies and two (2) hours during reactor servicing operations. The place of performance is the Norfolk Naval Shipyard in Portsmouth, VA.
Contract Details
- Solicitation Number: N4215825QN008
- Contract Type: Firm-Fixed Price Purchase Order
- Period of Performance: One (1) year, with acceptance estimated February 2026 to February 2027.
- NAICS Code: 561621 - Security Systems Services (except Locksmiths) (Small Business Size Standard: $25 million)
- PSC: J063 - Maintenance, Repair, and Rebuilding of Equipment—Alarm, Signal, and Security Detection Systems
- Set-Aside: Not set-aside (Unrestricted). The Small Business Office concurs with this determination.
- Sole Source Justification: The government intends to award to UT GOVERNMENT (INTEGRATED SECURITY TECHNOLOGIES, INC) under FAR 13.106-1(b)(1)(i), FAR 13.106-3(b)(3)(i), and FAR 6.302. This is justified by UTG being NNSY's certified Tyco integrator, the critical interface between NNSY's PACS and CCTV system, and the need for continuity of services to avoid interruption, duplicated costs, and delays to the shipyard's mission.
Key Requirements
Personnel must obtain a Secret clearance and DBIDS cards. The contractor must be a Milestone Certified Partner, ISO9001:2008 registered, and experienced with Federal Government Certification and Accreditation (DIACAP) and Federal procurement procedures.
Response Information
While this is a sole source solicitation, all responsible sources may submit a capability statement, proposal, or quotation for agency consideration.
- Response Due Date: January 23, 2026, at 11:00 AM EST.
- Submission Method: Via email to Contract Specialist Audrey Franklin (audrey.m.franklin2.civ@us.navy.mil) and Contracting Officer Denise Swain (denise.j.swain.civ@us.navy.mil).
- Registration: Offerors must be registered in the System for Award Management (SAM) database at http://www.sam.gov/.
Important Notes
The solicitation incorporates provisions and clauses from Federal Acquisition Circular (FAC) 2025-06 (effective 10/01/2025) and DFARS Change Notice 11/10/2025 (effective 11/10/2025). A Wage Determination document is also provided, which is critical for calculating labor costs in compliance with the Service Contract Act.