Opportunity
SAM #R212476006Q399
Sole Source Procurement of Yorkie PRO Wireless Intrusion Detection Systems for U.S. Navy
Buyer
NAVSUP Fleet Logistics Center San Diego
Posted
April 08, 2026
Respond By
April 13, 2026
Identifier
R212476006Q399
NAICS
334220, 334290, 334511
NAVSUP Fleet Logistics Center San Diego is procuring Yorkie PRO cell phone detectors from Berkeley Varitronics Systems, Inc. for use by the U.S. Navy. - Sole source procurement to Berkeley Varitronics Systems, Inc. (BVS), the exclusive OEM - Product: Yorkie PRO Wireless Intrusion Detection System - Detects Cellular (3G/4G/5G), Wi-Fi (2.4 GHz & 5 GHz), Bluetooth, and covert trackers (e.g., AirTags) - Handheld, all-in-one device - Quantity: 7 units - Delivery required by May 10, 2026 - Contract type: Firm-Fixed Price under Simplified Acquisition Procedures - Contractor must be registered in SAM and eligible for WAWF invoicing - Place of performance/delivery: USS THEODORE ROOSEVELT CVN 71, with contracting office at NAVSUP FLT LOG CTR San Diego - Justification: BVS is the only manufacturer with unique detection capabilities; no competitive quotes requested, but capability statements may be considered
Description
Naval Supply Systems Command San Diego hereby gives NOTICE OF INTENT TO AWARD A SOLE SOURCE to Berkeley Varitronics Systems, INC. Liberty Corporate Park 255 Liberty Street Metuchen, NJ 08840 to provide Yorkie PRO cell phone Detector.
The North American Industry Classification System (NAICS) code is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing.
There will be no written solicitation issued. This is an intent to purchase a sole source procurement under the authority FAR 13.106-1(b)(1). This will be a Firm-Fixed Price (FFP) contract utilizing Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures.
This notice of intent is not a request for competitive quotations. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the Government. The Government will consider responses received within 3 days of issuance of this notice. Information received will normally be considered solely for the purpose of determining whether or not to conduct a full and open competitive procurement. The Government will not pay for any information received in response to this announcement.
The contractor needs to be registered in the DoD System for Award Management (SAM). Register via the SAM website https://www.sam.gov, and also be eligible to process invoices through Wide Area Workflow (WAWF). Register via the Procurement Integrated Enterprise Environment website at https://piee.eb.mil/.
Those capable of meeting the requirement IAW the SOW are requested to provide the following information in their response: 1) Current capability that demonstrates your company's ability to meet the above requirement, 2) Company name, point of contact, e-mail address, telephone and fax numbers, type of business and size, CAGE Code and DUNS number.
The contractor needs to be registered in the DoD System for Award Management (SAM). Register via the SAM website https://www.sam.gov, and also be eligible to process invoices through Wide Area Workflow (WAWF). Register via the WAWF website https://wawf.eb.mil.
IMPORTANT NOTES: 1) Information submitted will not be returned to the respective respondents. Oral submissions of information are not acceptable and will not be accepted in response to this notice. 2) Respondents may respond via e-mail no later than 13 April 2026, 08:00 am, Pacific Standard Time (PST) to delvin.l.moore.civ@us.navy.mil.