Sources Sought for Walk Through Metal Dectection Systems with Accessories
ID: N0017425SN0022Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking potential sources for the procurement of Walk-Through Metal Detection Systems (WTMD) along with necessary accessories. The primary objective of this procurement is to enhance security at Entry Control Points (ECPs) by providing systems capable of detecting concealed weapons, including handguns and knives, while maintaining a high screening rate of 1,000 individuals per hour and strict false positive rates. These systems are critical for safeguarding personnel and high-value assets against potential terrorist threats, ensuring operational effectiveness in various environmental conditions. Interested businesses are invited to submit a capabilities statement by April 17, 2025, to Meghan Griffiths or Jessica Quell via the provided contact details, with no obligation or cost to the U.S. Government.

Files
Title
Posted
Apr 2, 2025, 1:04 PM UTC
The document outlines the Statement of Work (SOW) for procuring Walk-Through Metal Detectors (WTMD) for the US Navy to enhance security at Entry Control Points (ECPs) against potential terrorist threats. The contract spans five years, starting with a 12-month base period, requiring delivery of 25 WTMD systems to various naval locations. The SOW details the specifications and performance standards these detectors must meet, referencing numerous safety and electromagnetic compatibility standards. Key requirements include the ability to detect concealed handguns and knives over four inches, a high screening rate of 1000 individuals per hour, and operational effectiveness with strict false positive rates. Systems must be portable, weatherproofed, and functional in diverse environmental conditions. Acceptance testing protocols involve Government oversight, and security measures are stipulated to safeguard sensitive information linked to the contract. Overall, the document serves to ensure the procurement process aligns with safety, operational efficiency, and national security objectives, supporting the Navy's mission to protect high-value assets and personnel against threats.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Motion Detector
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking additional sources for the procurement of motion detectors, specifically under National Stock Number (NSN) 6350014781820. The requirement includes a definite quantity of 18 units, which are currently manufactured by Triumph Actuation Systems. These motion detectors are critical components for various defense applications, ensuring operational readiness and safety. Interested vendors must submit a technical data package by the close of business on April 24, 2025, to Timothy Kitzinger at Timothy.Kitzinger@dla.mil or by phone at 215-737-9504.
CY25 KAFB Airshow - Magnetometers
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the rental of magnetometers for the CY25 KAFB Airshow at Kirtland Air Force Base in New Mexico, scheduled from May 29 to June 1, 2025. The procurement requires the contractor to provide three dual lane and one single lane walk-through weapons detection systems capable of processing up to 14,000 individuals per hour while minimizing false alarms. This initiative underscores the importance of maintaining high security standards during large public events, ensuring efficient and effective screening of attendees. Interested small businesses must submit their quotes by April 18, 2025, and direct any questions to the designated contacts by April 11, 2025; the primary contact is Andrew Wiseman at andrew.wiseman.2@us.af.mil or 505-246-6893.
ENTRANCE UNIT, GUN SYSTEM
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for the procurement of 70 units of the Entrance Unit, Gun System, identified by NSN 1005-010502736. The required units are to be sourced from either General Dynamics OTS, Inc. or Lockheed Martin Corporation, with a delivery timeline of 748 days to the DLA Distribution San Joaquin. This procurement is critical for maintaining military readiness and operational capabilities, and proposals will be evaluated based on price, past performance, and delivery timelines. Interested suppliers should submit their proposals via the DIBBS platform or email Danielle Jilton at danielle.jilton@dla.mil, ensuring that submissions do not exceed 15 MB per email, with the solicitation expected to be available online starting April 28, 2025.
Mobile X-Ray Baggage Scanners
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals from Women-Owned Small Businesses (WOSB) to provide mobile X-ray baggage scanners for 17 Military Entrance Processing Stations (MEPS) across the United States. The procurement includes the supply, delivery, installation, training, and warranty for the scanners, along with the removal and disposal of outdated equipment. This initiative aims to enhance security measures at MEPS, ensuring compliance with federal safety and operational standards. Interested contractors must submit their proposals by April 16, 2025, and can direct inquiries to Adam Buchert at adam.p.buchert.civ@army.mil or John Haarala at john.haarala3.civ@army.mil.
SEEKER Pro
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of six DetectaChem SEEKER Pro systems and 1,000 detection cards to enhance security measures at Joint Base Charleston, South Carolina. The systems are designed for the rapid detection of drugs and explosives in commercial vehicles, featuring a robust battery life exceeding 12 hours, military durability standards, and a comprehensive training program accessible online. Interested small businesses must submit their quotes electronically by April 16, 2025, at 2:00 PM EST, to the designated contacts, Marquis Patton and Stephanie R. Woods, with the procurement being a total small business set-aside under NAICS code 334511.
BPA - Alarm, Signal and Security Detection Systems PSC 6350
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for Alarm, Signal, and Security Detection Systems under PSC Code 6350 and NAICS Code 334290. The procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These systems are critical for enhancing security measures and operational safety within military installations. Interested vendors must submit their documentation, including past performance references, by April 30 for June awards or October 31 for December awards, and can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil for further information.
EMERGENT AND SPECIAL SECURITY SOLUTIONS
Buyer not available
The Department of Defense, through the Department of the Navy's NIWC Atlantic, is seeking proposals for emergent and special security solutions. This procurement aims to acquire advanced security detection systems, specifically categorized under the NAICS code 334290, which encompasses other communications equipment manufacturing. The goods and services sought are critical for enhancing security measures within defense operations. Interested vendors should reach out to Contract Specialist Candia Lee at candia.m.lee.civ@us.navy.mil or call 843-218-2327 for further details regarding the presolicitation notice.
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 definite quantity contract for 18 units, specifically manufactured by Triumph Actuation Systems under part number 4308103-1, and is categorized under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. The solicitation is anticipated to be issued on April 24, 2025, and interested parties can direct inquiries to Timothy Kitzinger at Timothy.Kitzinger@dla.mil or by phone at 215-737-9504.
Weapons Management System (WMS) New Buys
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Weapons Management Systems (WMS) under solicitation number 70Z03825QJ0000134. The contract requires that all parts be new and traceable to the Original Equipment Manufacturers, Hamilton Sundstrand or Sikorsky Aircraft Corporation, ensuring compliance with airworthiness standards for U.S. Coast Guard aircraft. This procurement is critical for maintaining operational readiness and safety in aviation logistics. Interested vendors must submit their quotations by April 23, 2025, at 2:00 PM EDT, with anticipated award notifications expected around May 15, 2025. For further inquiries, contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil or by phone at 206-831-4477.
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.