CFID V3 - Covert Forensic Imaging Device with SkySafe
ID: N6328525QSType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNCIS QUANTICO VAQUANTICO, VA, 22134-2253, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTE (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B20)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Criminal Investigative Service (NCIS), is seeking to procure five Covert Forensic Imaging Devices (CFID V3) from SkySafe, aimed at enhancing forensic capabilities in drone-related investigations. This procurement is critical due to the increasing incidents involving drones, particularly those impacting U.S. Navy vessels, as the NCIS currently lacks the necessary tools for rapid forensic analysis. The contract will be awarded based on a sole source justification under 10 U.S.C. 3204(a)(1), emphasizing the unique specifications of the CFID that no other commercially available device can meet. Interested small businesses must submit their quotes by August 7, 2025, with evaluations based on the Lowest Price Technically Acceptable (LPTA) method. For further inquiries, potential bidders can contact Jessyca Whittekiend at jessyca.whittekiend@ncis.navy.mil or Saniyyah Jones-Montague at saniyyah.jonesmontague@NCIS.NAVY.MIL.

    Files
    Title
    Posted
    The Naval Criminal Investigative Service (NCIS) is seeking approval for a sole source contract to acquire the Covert Forensic Imaging Device (CFID) with SkySafe, essential for advanced drone-related incident investigations. The CFID, provided by SCG Canada Inc. through authorized distributor Teel Technologies, is uniquely designed for military and law enforcement applications, enabling extraction and preview of critical data from UAVs, including SIM cards and flight logs. The contract, valued in the FY 2025 appropriation, will be awarded based on justification under 10 U.S.C. 3204(a)(1), citing that only SCG Canada can meet the government's specific forensic requirements. The rise in drone incidents necessitates this capability for rapid local investigations, as no comparable commercially available devices exist. A market review indicates adequate competition among small business resellers, with plans to reassess for future procurements to enhance competition. The urgency and unique specifications of the CFID underscore the necessity of this sole source acquisition for the NCIS.
    The document serves as a solicitation for a firm fixed-price contract by the Naval Criminal Investigative Service (NCIS) for five Covert Forensic Imaging Devices (CFID V3) made by SkySafe. This procurement addresses the growing need for advanced forensic capabilities in drone-related investigations, particularly following incidents involving drones crashing into US Navy vessels. The solicitation specifies that NCIS currently lacks the ability to rapidly conduct forensic analyses of such incidents, necessitating the acquisition of the CFID, the only commercially available device of its kind. The document outlines the procurement process, requiring quotes to be submitted by August 7, 2025, with a focus on small businesses. Offers will be evaluated based on the Lowest Price Technically Acceptable (LPTA) method. Key provisions and clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) are incorporated throughout, emphasizing compliance with regulations and stipulations required for government contracts. The document also cites the need for proper identification and reporting of unique items delivered under the contract. Overall, the solicitation reflects the government's effort to enhance drone investigation capabilities while adhering to regulatory and procurement standards in federal acquisitions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    X10 Drone Multi-Viewer Live Streaming
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source purchase order for Skydio Multi-Viewer Live Streaming services for X10 Drones to Skydio, Inc. This procurement is necessary due to the proprietary nature of Skydio's software, which is essential for enabling the video streaming capabilities of their drones, making them the only available source for this requirement. The total value of the acquisition is $84,000, covering the period from October 1, 2025, to October 1, 2026, and interested vendors may submit capability statements to the primary contact, Robert Radke, at robert.j.radke@dea.gov, by the specified archive date. This notice serves as a special notice and is not a request for competitive quotations, as the government reserves the right to determine the necessity of competition based on the responses received.
    Solicitation N0038323RC442
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a critical safety item (CSI) used in shipboard aircraft launch and recovery systems, identified by NSN 7R-1720-011581698-VX. This solicitation requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, which must include detailed technical data and compliance with stringent quality assurance and inspection requirements. The contract is a rated order under the Defense Priorities and Allocations System (DPAS), emphasizing the importance of timely delivery and adherence to specific packaging and shipping instructions. Interested parties should note that the solicitation close date has been extended to December 10, 2025, and must direct inquiries to Timika Nicholson at (215) 697-2582 or via email at TIMIKA.D.NICHOLSON.CIV@US.NAVY.MIL.
    Drone Dominance Program - Request for Information
    Buyer not available
    The Department of Defense, through the Department of the Navy's NSWC Crane, is issuing a Request for Information (RFI) for its Drone Dominance Program, aimed at enhancing the production of low-cost small unmanned aerial systems (sUAS) for One-Way Attack (OWA) missions. The program seeks to rapidly scale the manufacturing of U.S.-made sUAS to support warfighting capabilities, with a planned investment of $1 billion in fixed-price orders over four phases within the next two years, utilizing 10 U.S.C. 4022. This initiative is critical for ensuring that every warfighter has access to affordable and effective sUAS, thereby strengthening the U.S. industrial base. Interested vendors are encouraged to respond to the RFI by submitting their insights on production challenges and capabilities via a standardized online form, with responses due by December 17, 2025, and the first phase of the Gauntlet challenge set to commence on February 16, 2026.
    7C20 - Data Center Products
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP FLT LOG CTR NORFOLK, is seeking proposals for web-based user subscriptions that provide access to public data records and law enforcement data to support the NCIS Multiple Threat Alert Center (MTAC). This procurement aims to enhance the MTAC's mission of delivering 24/7 alerts regarding foreign intelligence, cyber, terrorist, and criminal threats to Department of the Navy assets and personnel. The services sought are critical for maintaining situational awareness and ensuring the safety of Navy operations. Interested vendors can reach out to Kevin James at 215-697-5149 or via email at Kevin.n.james1@navy.mil for further details regarding the solicitation.
    Photography, Photocopy & Microfilm Equipment
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for photography, photocopy, and microfilm equipment. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, particularly in Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements, including their Cage Code and Unique Entity Identifier (UEID), by March 11, 2026, to be considered for the BPA, which has a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    70--DISK DRIVE UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    Night Vision Devices (NVD) - AN/PVS-14
    Buyer not available
    The Department of Defense, specifically the U.S. Army Communications-Electronics Command (CECOM), is seeking proposals for the procurement of commercial equivalent AN/PVS-14 Night Vision Devices (NVD), along with an Extended Warranty, Accessories, Test Sets, and Tool Sets. This requirement is crucial for supporting Foreign Military Sales (FMS) to Lithuania and falls under the category of night vision equipment, which is vital for enhancing operational capabilities in various military applications. The solicitation, identified as W91CRB-26-R-5002, is expected to be released on or about December 18, 2025, and will be set aside for small businesses, with the contract awarded based on the Lowest Price Technically Acceptable (LPTA) method. Interested parties should direct inquiries to Rem D. Ngo at Rem.D.Ngo.civ@army.mil and monitor SAM.gov for updates and additional documents related to the solicitation.
    SOLE SOURCE – PHYSICAL SECURITY COMPONENTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure physical security components through a sole source justification. This procurement is categorized under miscellaneous alarm, signal, and security detection systems, indicating a focus on enhancing security measures. The goods and services sought are critical for maintaining operational security and ensuring the safety of personnel and assets. For further inquiries, interested parties can contact Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for additional details regarding this opportunity.
    MERIDIAN IV MAINTENANCE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the maintenance of the Meridian IV Microscope and its associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an issue date of December 1, 2025, and a closing date of December 8, 2025, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can submit capability statements to the primary contact, Cierra Vaughn, at cierra.n.vaughn2.civ@us.navy.mil.
    SOLE SOURCE – Mastersizer 3000 laser
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a Mastersizer 3000 laser through a sole source justification. This procurement is focused on acquiring a chemical analysis instrument that is critical for various defense-related applications. The Mastersizer 3000 is essential for precise particle size analysis, which plays a significant role in material characterization and quality control processes. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.