Opportunity

SAM #4afe0c9b32fc4e67aa24592234e27ade

Sole Source Support for Pivotal Vision Video Management System at ONI/NMIC

Buyer

ONI

Posted

April 21, 2026

Respond By

April 28, 2026

Identifier

4afe0c9b32fc4e67aa24592234e27ade

NAICS

541512, 513210

This opportunity is a sole source procurement by the Office of Naval Intelligence (ONI) for proprietary Pivotal Vision Video Management software licenses and maintenance support at the National Maritime Intelligence Center (NMIC) in Washington, DC. - Sole source contract to NV5 Geospatial Solutions Inc. for Pivotal Vision system support - Includes software and hardware support, maintenance, and periodic updates - Ensures continuity, cybersecurity compliance, and operational integrity for mission-critical CCTV/video surveillance - Contract covers a one-year base period with a one-year option period - Only the original manufacturer (NV5 Geospatial Solutions Inc.) can provide the required support due to proprietary architecture - No specific part numbers or quantities are listed; procurement is for ongoing support and license renewal - Place of performance and delivery is the National Maritime Intelligence Center, Washington, DC - The government will consider responses but intends to proceed with NV5 Geospatial Solutions Inc.

Description

The Office of Naval Intelligence intends to solicit and negotiate with only one source under the authority of FAR 13.106-3 and FAR 6.302-1(b) (ii). The proposed source is NV5 Geospatial Solutions Inc. 385 Interlocken Crescent Suite 300, Broomfield Colorado. The procurement is for NV5 Geospatial Solutions Inc.  This previously awarded and delivered Fiscal Year 2025.  Pivotal Vision. shall provide continuous support for existing products. Pivotal Vision will provide software and hardware support services to the Office of Naval Intelligence (ONI) at the National Maritime Intelligence Center (NMIC). The Pivotal Vision software installed at the NMIC requires periodic updates to maintain the highest levels of reliability meeting all government over-guidance and mandated security standards.  This is a Firm Fixed Price (FFP) contract for the above-referenced services. This notice is being published for information purposes only and is not a request for competitive quotations; however, the government will consider any quotations received. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Government is seeking a discount from the offeror's schedule prices pursuant to FAR 8.404(d). The following clauses and provisions apply to this RFQ. FAR Clauses: 52.217-9 Option to Extend the Term of the Contract 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment and DFARS Clause 252.223-7999 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Deviation 2021-O0009), 252.239-7098,  Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites "Representation (DEVIATION 2021-O0003) (APRIL 2021), 252.246-7008, "Sources of Electronic Parts" and DFARS 252.211-7003, "Item Unique Identification and Valuation" and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using Wide Area Workflow (WAWF).

The WAWF website is located at https://wawf.eb.mil. The provision at FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, offers must be registered in the Online Representations and Certifications system at http://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically the following clauses cited are applicable to this solicitation: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, FAR 52.222-26, Equal Opportunity;; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-41 Service Contract Act; and FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. In addition, the following clause applies: FAR 52.217-5 Evaluation of Options. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. Specifically the following clauses cited are applicable to this solicitation: DFARS 252.203-7001, DFARS 252.225-7001, and Buy American Act and Balance of Payment Program. Any questions regarding this requirement should directed to the point of contact the Contract Specialist, Kevin A. Williams at kevin.a.williams216.civ@us.navy.mil

View original listing