Notice of Intent; VSC9000 PRO Video Spectral Comparator
ID: SHOPPR25000957Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONDIVISION 0700QUANTICO, VA, 22135, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to award a sole-source contract for the procurement of a VSC9000 Video Spectral Comparator from Foster and Freeman USA, Inc. This acquisition aims to enhance the capabilities of the FBI's Questioned Documents Unit by providing advanced imaging features and specialized software for forensic document examination. The VSC9000 is critical for maintaining high standards in forensic analysis, and the contract is estimated to be less than $250,000, with a firm-fixed-price structure. Interested vendors may submit capability statements by 9:00 AM (EST) on February 14, 2025, to the primary contact, Bryan Lane, at bvlane@fbi.gov or by phone at 703-632-8071.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Bureau of Investigation (FBI) seeks approval for a sole-source contract to purchase a VSC9000 Video Spectral Comparator from Foster and Freeman USA, Inc. This justification outlines the need for the VSC9000 for the Questioned Documents Unit to enhance their capability in analyzing documents. The proposed acquisition, estimated at less than $250,000, allows for a one-time purchase, with a firm-fixed-price structure. The instrument will include advanced imaging features and specialized software tailored for forensic document examination. Foster and Freeman is the sole manufacturer of the VSC9000, ensuring unique technical support and compatibility with existing equipment. Moreover, the FBI's previous experience with the VSC6000 minimizes training needs, enabling quicker integration into casework. The justification highlights market research confirming no alternative suppliers meet the specific requirements. A public notice will be posted to allow other vendors to express interest, promoting transparency in the procurement process. The justification classifies this under statutory authority allowing for non-competitive procurement due to unique supplier qualifications. This acquisition aims to maintain high standards in forensic analysis, ultimately contributing to the FBI's operational efficiency.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Casecracker Onyx Software
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking a contractor for the maintenance of the CaseCracker Onyx Interview Recorder Management System (IRMS) software. This procurement involves providing maintenance services for 110 units on a firm-fixed price basis for a period of three months, commencing on March 2, 2023. The CaseCracker Onyx software is critical for managing interview recordings, thereby supporting the FBI's operational efficiency and productivity. Interested parties can reach out to Joe Spatafore at Jspatafore@fbi.gov for further details regarding this opportunity.
    NOI to Sole Source for NVG Repair
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source contract with L3 Harris Technologies, Inc. for the repair of night vision goggles (NVG) previously acquired by the agency. The contract is necessary as L3 Technologies is the sole manufacturer of the specific NVG model and is uniquely qualified to perform the required repairs. These NVGs are critical for various law enforcement and operational activities, underscoring the importance of maintaining their functionality. Interested parties may express their capabilities by contacting Beanchor M. Liggins via email at bmliggins@fbi.gov by 9 AM CT on January 9, 2026, as this notice is not a request for competitive quotations.
    FBI Police Uniforms
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity involves establishing a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for one base year and four option years, with a total estimated value not to exceed $2,500,000, and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance among FBI personnel, which is critical for operational effectiveness and public identification. Interested vendors must submit proposals, including samples, by January 9, 2026, and can direct inquiries to Victoria McDaniels at vmcdaniels@fbi.gov.
    DJF-23-1200-LTL-1
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to procure ammunition through a sole source urgency contract identified as DJF-23-1200-LTL-1. This procurement is critical for the FBI's operational needs, particularly in relation to their law enforcement and national security missions. The ammunition, classified under the PSC code 1305, is essential for various applications within the agency, underscoring its importance in maintaining operational readiness. Interested vendors can reach out to Ryan Dolan at RDOLAN@FBI.GOV for further details regarding this opportunity.
    Credibility Assessment
    Buyer not available
    The U.S. Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to award a sole source contract to Credibility Assessment Solutions (CAS) for a specialized three-day training course. This training is aimed at enhancing the skills of personnel within the Behavioral Analysis Unit (BAU) and the Critical Incident Response Group (CIRG), focusing on credibility assessment techniques. The procurement is valued at approximately $20,000 and is scheduled to take place from March 7 to March 9, 2023. Interested parties may express their interest and capabilities by contacting the primary point of contact, Mona Lisa Brown, at mbrown9@fbi.gov, or the secondary contact, Christa Siddons, at cssidons@fbi.gov, by 10:00 AM Eastern Time on March 10, 2023.
    Facilities Technology Management
    Buyer not available
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) for its Facilities Technology Management (FTM) initiative. The primary objective is to gather insights and capabilities for contractor support related to TRIRIGA operations and maintenance until its End of Life in September 2027, as well as to conduct a comprehensive system assessment to optimize the FBI's facilities technology portfolio. This assessment will evaluate existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment to recommend optimal systems and develop an agile implementation plan for transitioning away from TRIRIGA. Interested vendors are required to submit a capabilities statement by December 19, 2025, and may have the opportunity to participate in a Reverse Industry Day for select vendors. For further inquiries, interested parties can contact Tammy Clark at tjclark2@fbi.gov or Marie Agrinzoni at meagrinzoni@fbi.gov.
    IMD Redaction Tool
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from qualified manufacturers for an advanced redaction software solution known as the IMD Redaction Tool. The primary requirements include robust manual redaction capabilities and a multi-layer redaction architecture that allows for a single master document with independently manageable redaction layers, enabling the creation of different document versions for various audiences and disclosure needs. This procurement is critical for the FBI's Information Management Division to enhance its ability to manage sensitive information effectively, particularly in compliance with FOIA exemptions and classified information protocols. Interested parties should submit their responses by December 11, 2025, and can direct inquiries to Brandon James at bmjames@fbi.gov.
    Sole Source Justification Field Emission Scanning Electron Microscope (FESEM)
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to procure a Sole Source Field Emission Scanning Electron Microscope (FESEM) through a Justification for Other Than Full and Open Competition (JOFOC). This procurement is essential for advancing NIST's capabilities in laboratory equipment and supplies, particularly in high-resolution imaging and analysis. The justification for this sole source acquisition will be publicly available within 14 days of the contract award, and the opportunity will remain open for 30 days in accordance with federal regulations. Interested parties can reach out to Nina Lin at nina.lin@nist.gov or Forest Crumpler at forest.crumpler@nist.gov for further inquiries.
    UAS Controlled Via Fiber Optic Cable
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking vendors capable of producing Unmanned Aerial Systems (UAS) that are controlled via fiber optic cable and compliant with the National Defense Authorization Act (NDAA). This Request for Information (RFI) aims to identify potential suppliers who can meet these specifications, emphasizing the need for UAS that operate effectively between the aircraft and the Ground Control Station (GCS). The procurement is crucial for enhancing operational capabilities in surveillance and reconnaissance missions. Interested parties, both small and large businesses, must submit capability statements by December 23, 2025, and direct any questions regarding the RFI in writing by December 10, 2025, to Brian Ames at bames@fbi.gov.
    Limited Source-Xerox Copiers and Maintenance (Field Offices)
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking to continue its procurement of Xerox copiers and maintenance services for its field offices through a sole source contract. This procurement involves the rental and servicing of 58 Xerox copiers, which is deemed essential for the efficient operation of the Bureau's facilities. The contract will be awarded to Xerox Corporation under the GSA FSS/MAS contract number GS-03-137DA, with no competitive bidding process due to the nature of the requirement. For further inquiries, interested parties can contact Carol Wilson at cjwilson@bop.gov or by phone at 202-598-6117.