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
    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
    Agilent Crosslab Silver Preventative Maintenance agreement for the Agilent Gas Chromatography Mass Spectrometer (GC/MS) Triple Quad System
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration, is seeking to establish a preventative maintenance agreement for the Agilent Gas Chromatography Mass Spectrometer (GC/MS) Triple Quad System through the Agilent Crosslab Silver program. This contract aims to ensure the reliable operation and maintenance of critical laboratory equipment used in security screening and analysis. The maintenance services are vital for maintaining the accuracy and efficiency of the GC/MS system, which plays a crucial role in the agency's mission to enhance transportation security. Interested vendors can reach out to Gloria A Uria at gloria.uria@tsa.dhs.gov or Crystal Johnson at Crystal.Johnson2@tsa.dhs.gov for further details regarding this opportunity.
    Trusted Operations, Maintenance, Cybersecurity, Assurance, and Technology (TOMCAT)
    Homeland Security, Department Of
    The Department of Homeland Security's Transportation Security Administration (TSA) is preparing to solicit proposals for the Trusted Operations, Maintenance, Cybersecurity, Assurance, and Technology (TOMCAT) Blanket Purchase Agreement (BPA), aimed at enhancing its IT services. This procurement will involve the development, implementation, and administration of critical IT services, including operations and maintenance functions, to support TSA's mission of securing the nation's transportation systems. Interested vendors must gain access to a Virtual Reading Room (VRR) containing Sensitive Security Information (SSI) by passing a Security Threat Assessment and submitting required documentation, including a Data Protection Plan. The deadline for vendors to submit a list of individuals for SSI access is December 16, 2025, at 8:00 AM EST, and inquiries can be directed to Michele Reeves or Sarah Trudeau via their respective emails.
    Rapid Screening Device
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for a Rapid Screening Device (RSD) to Thermal Hazard Technology Inc. This procurement aims to secure a unique instrument that assesses explosives by simultaneously measuring pressure and energy release while collecting product gases, addressing issues related to sample homogeneity. The contract will be a firm fixed price, and interested parties must submit their capabilities by May 17, 2025, at 3 PM EST to Sharon Cooper at sharon.cooper@navy.mil. Vendors must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    Notice of Intent to Sole Source - Linear Radiation Monitors
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) intends to award a sole source contract to Sensor Technology Engineering, LLC (STE) for the procurement of two Linear Radiation Monitors (Part No. TA400). These monitors are critical for radiation detection and monitoring, and STE is the sole provider of this specific equipment, which underscores its unique capabilities in this field. Interested parties have five days from the publication date of this notice to submit written evidence of their qualifications to provide similar monitors, as the government will consider whether to conduct a competitive procurement based on the responses received. For inquiries, interested vendors should contact Zun Lin at zun.z.lin.civ@mail.mil or by phone at 571-616-5828.
    Notice of Intent to Sole Source - Secure Brow System Mid-Brow Doors
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) intends to award a sole source contract to Dawson MCG, LLC for the procurement of Secure Brow System Mid-Brow Doors. This acquisition is critical for enhancing security measures and operational capabilities within the agency's mission scope. The procurement falls under the authority of FAR 13.106-1(b), and while this notice is not a request for competitive proposals, interested parties may express their capabilities within fifteen (15) days of the notice's publication. For inquiries, potential respondents can contact Elizabeth Booher at elizabeth.a.booher.civ@mail.mil or Zun Lin at zun.z.lin.civ@mail.mil.
    Qualified Products List Overview and Window Openings for Checkpoint Property Screening System (CPSS)
    Homeland Security, Department Of
    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.
    Notice of Intent to Sole Source - South Texas Transportation
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the U.S. Immigration and Customs Enforcement (ICE), intends to award a sole source modification to G4S Secure Solutions, Inc. for the operation and management of transportation and protection of detainees primarily in southern Texas. This modification will be made under the authority of FAR 6.302-1, indicating that only G4S Secure Solutions can fulfill the agency's requirements within the necessary timeframe. The services provided are critical for the enforcement and removal operations of ICE, ensuring the safe and secure transport of detainees. Interested parties may express their interest and capability by emailing Brittany Tobias at brittany.tobias@ice.dhs.gov by 9:00 AM EST on December 22, 2025, with the subject line “Response to Notice of Intent 70CDCR20D00000017– South Texas Transportation Sole Source.”
    FDVS CAMERA SYSTEM
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide overhaul and repair services for the FDVS Camera System, identified by Stock Number 5855-01-615-8016 and Part Number WM-0300. The procurement involves opening, inspecting, reporting, and overhauling two units of this specialized electronic equipment, which is critical for operational readiness on Coast Guard vessels. The selected contractor will be responsible for ensuring compliance with stringent packaging and preservation requirements, with a total estimated repair cost not to exceed $11,200, and must deliver the units to the Coast Guard's facility in Baltimore, MD. Interested parties should submit their quotes by 9 AM Eastern Daylight Savings Time on November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.
    NOTICE OF INTENT TO SOLE SOURCE - NPMS
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source contract for annual preventative maintenance services for the Negative Pressure Mail Suite (NPMS) at its warehouse facility in Springfield, Virginia. The contract, which will be awarded to American Safe Air, the original equipment manufacturer, includes quarterly preventative maintenance, inspections, and repairs of various components of the NPMS, which is critical for processing incoming mail for bio-hazardous and physical threats. Interested parties who believe they can provide the required services are encouraged to contact Teresa Roshau-Delgado by December 18, 2025, at 10:00 AM EST, as the procurement will follow FAR Part 13 procedures and is not open for competitive quotations.