Sole Source Special Notice for a Purchase Order for Point Security Inc. to Provide Maintenance and Service for Smiths Detection X-Ray Security-Screening Systems at DOT
ID: 693JK425R500002Type: Special Notice
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARY693JK4 OSTWASHINGTON, DC, 20590, USA

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 3:59 AM UTC
Description

The U.S. Department of Transportation (DOT) is issuing a sole-source special notice to award a contract to Point Security, Inc. for the maintenance and service of two Smiths Detection 6046si X-ray systems utilized in security screening at DOT Headquarters in Washington, D.C. The contractor must be certified by Smiths Detection to ensure proper maintenance and service, as the systems contain high voltage components that require specially trained personnel to prevent damage and ensure safety compliance. The estimated contract value is approximately $10,500 per year, with a performance period from October 1, 2024, through September 30, 2029. Interested firms that believe they can meet the qualifications must submit a Statement of Qualifications via email to the designated contacts by April 23, 2025.

Point(s) of Contact
No information provided.
Files
Title
Posted
The U.S. Department of Transportation (DOT) is issuing a sole-source special notice to engage Point Security, Inc., based in Lexington, North Carolina, for the maintenance and service of two proprietary Smiths Detection 6046si X-ray systems used in security screening at DOT Headquarters. The intended contract, estimated at $10,500 per year, will cover the period from October 1, 2024, through September 30, 2029. As only Point Security, Inc. is certified to service these systems, the contract is to be awarded without competitive bidding unless other qualified firms demonstrate capability through a statement of qualifications submitted by April 23, 2025. The necessity for certified service is underscored by the high voltage characteristics of the systems, which require specially trained personnel to prevent damage and ensure safety compliance. This notice serves to inform potential contractors while emphasizing the proprietary nature of the specified equipment and the qualifications required for maintenance services.
Similar Opportunities
Xray System
Buyer not available
The Department of Defense, through the Naval Medical Research Center, is soliciting quotes for the procurement of a HI-SCAN 6040C X-Ray Inspection System, with a firm fixed-price contract to be awarded based on the lowest price technically acceptable. The contract requires the contractor to provide all necessary engineering, labor, materials, and equipment for the installation of the new X-ray machine, which must meet specific technical specifications, including a 160kV generator and advanced imaging functions, while also ensuring compliance with local, state, and federal regulations. This procurement is critical for maintaining operational efficiency and safety standards within the facility, emphasizing the importance of timely installation and ongoing maintenance, including a five-year warranty and annual checks. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Deborah Sharpe or Steph Gray via their provided email addresses, with the solicitation effective from April 25, 2025, and delivery required by May 2, 2025.
Evidentiary Property
Buyer not available
The U.S. Department of Transportation (DOT), through its Office of Inspector General (OIG), is seeking proposals for a Firm Fixed Price Blanket Purchase Agreement (BPA) to manage evidentiary property during investigations. The contractor will be responsible for transporting, handling, storing, and securing tangible evidence, ensuring compliance with federal regulations, and providing 24/7 access for OIG personnel. This procurement is crucial for maintaining the integrity and security of evidence, which is vital for effective investigations. Proposals are due by Thursday, June 5, 2025, with inquiries directed to Courtney Smith at courtney.smith.ctr@dot.gov and Robin Golden at robin.golden@dot.gov, and must reference “RFP: 693JK425R700002 Evidentiary Property” in the subject line.
Astrophysics X-Ray Scanner Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army, intends to award a single-source contract for the maintenance of Astrophysics X-Ray Scanners at the Stratton Air National Guard Base in Scotia, New York. The contract will cover a base period plus four option years, requiring the contractor to provide all necessary management, tools, supplies, equipment, and labor to service and maintain the Astrophysics Inspection System, ensuring optimal functionality and compliance with safety standards. This procurement is critical as it involves specialized equipment essential for security and inspection operations at the base, with the contract award anticipated around May 25, 2025. Interested parties may submit capability statements or proposals by May 2, 2025, and should direct inquiries to CMSgt Nicholas Bastiani at 518-344-2513 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil.
Communications Security Equipment
Buyer not available
The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to procure communications security equipment through a non-competitive contract with General Dynamic Mission Systems. The primary objective of this procurement is to upgrade thirteen KG-175F TACLANE FLEX devices in accordance with the NSA Cryptologic Modernization Phase 2 (CM2) COMSEC office requirements. These devices are critical for ensuring secure communications within the TSA's operations. Interested vendors may express their interest and capability to respond to this requirement, although this notice does not constitute a request for competitive proposals. For further inquiries or potential subcontracting opportunities, interested parties should contact General Dynamic Mission Systems directly.
Serv C25-073 Pacer Edge TJOB Synopsis
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to solicit a sole source contract for Computed Tomography (CT) scans for radioscopy parts, to be performed by Waygate Technologies. The contractor will be responsible for providing all necessary labor, tools, equipment, materials, and quality control for the service, which will take place at the contractor's off-site facility for the Oklahoma City–Air Logistics Complex (OC-ALC). This contract is crucial for maintaining the operational integrity of materials handling equipment, as outlined under NAICS code 811310. The estimated period of performance is from June 17, 2025, to September 17, 2025, and interested parties must register in the System for Award Management (SAM) to be eligible for the award. For further inquiries, interested vendors can contact Sondra Groth at Sondra.Groth@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil.
DTRA Lenel Maintenance Services
Buyer not available
The Defense Threat Reduction Agency (DTRA) is seeking qualified vendors to provide Lenel maintenance services, which include equipment maintenance, software and hardware upgrades, life cycle replacement, annual system checkups, and technical support for Lenel security systems at Kirtland AFB, NM, and North Las Vegas, NV. The procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) under FAR 19.15, emphasizing the importance of supporting diverse business participation in federal contracting. This maintenance is crucial for ensuring the operational integrity and security compliance of the agency's facilities. Interested parties must submit their proposals by April 25, 2025, at 12 PM MDT, and can contact Stephen Whalen at stephen.c.whalen.civ@mail.mil or Nanette Rogers-Vigil at nanette.r.rogers-vigil.civ@mail.mil for further information.
Qualified Products List Overview and Window Openings for Checkpoint Property Screening System (CPSS)
Buyer not available
Special Notice: Homeland Security, Department of, Transportation Security Administration is seeking qualified products for the Checkpoint Property Screening System (CPSS). The CPSS is typically used for screening and detecting prohibited items in passenger baggage at transportation checkpoints. Amendment 00001 to the Qualified Products List (QPL) Window 1 70T04019CPSSQPL-1 has been issued to provide updates, answer questions, and make additional updates to the QPL Window 1 Document. Please refer to the attached amendment for more details.
Motion Detector
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is preparing to procure a Motion Detector, identified by NSN: 6350014781820. This procurement involves a Request for Proposal (RFP) for a quantity contract of 18 units, with options for 50% and 100% additional quantities, specifically manufactured by Triumph Actuation Systems under part number 4308103-1. The Motion Detector is crucial for security and detection applications within military operations, and the solicitation is expected to be issued using FAR 13.5 Simplified Procedures for Certain Commercial Products and Services, with an anticipated release date of May 12, 2025. For further inquiries, interested parties may contact Timothy Kitzinger at Timothy.Kitzinger@dla.mil or by phone at 215-737-9504.
Radiographic Test System
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking to acquire a new Radiographic X-ray Test System for the Electronic Product Test Center in Columbus, Ohio, to replace its aging Cheetah X-Ray system. The new system is required to enhance operational efficiency in non-destructive testing of semiconductors and microcircuits, featuring specifications such as a 160kV maximum electron tube, automated x-ray calibration, and adjustable field of view, along with installation and training for personnel. This procurement is critical for modernizing essential testing equipment within government agencies, with delivery expected within 120 days of contract award. Interested contractors should contact Blair Hartley at Blair.Hartley@dla.mil or call 614-692-6274 for further details.
International Monitoring System (IMS) Waveform Operations and Maintenance
Buyer not available
The Defense Threat Reduction Agency (DTRA) is seeking qualified contractors to operate and maintain the U.S. portion of the International Monitoring System (IMS) waveform stations, with operations commencing in April 2026. The contractor will be responsible for the management of 14 waveform monitoring stations, including eight infrasound and one primary seismic station, as well as five auxiliary seismic stations, ensuring high data availability and quality in compliance with the Comprehensive Nuclear-Test-Ban Treaty (CTBT). This initiative is critical for monitoring nuclear detonations and mitigating impacts from natural disasters, with the selected contractor expected to provide logistical support, maintenance, and technical documentation. Interested parties should contact James N. Robinson at james.n.robinson2.ctr@mail.mil or Pinkesh Patel at pinkesh.m.patel.civ@mail.mil for further information, and responses to this Sources Sought Notice are encouraged to be submitted by the designated deadline.