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 for National Stock Number (NSN) 6350014781820. The requirement includes a quantity of 55 units, with options for 50% and 100% additional quantities, and is crucial for military operations that rely on effective motion detection systems. Interested vendors must submit a technical data package by the close of business on May 6, 2025, to Timothy Kitzinger at Timothy.Kitzinger@dla.mil or by phone at 215-737-9504.
DHS CWMD Personal Radiation Detector (PRD) Maritime Variant RFI
Buyer not available
The Department of Homeland Security (DHS) is conducting a Request for Information (RFI) for Commercial Off-The-Shelf (COTS) Personal Radiation Detectors (PRDs) specifically designed for maritime applications. The DHS's Countering Weapons of Mass Destruction Office (CWMD) seeks to gather insights on the networking and data streaming capabilities of these devices, which must effectively detect gamma and neutron radiation while meeting specific performance standards outlined in the attached requirements document. This initiative is crucial for enhancing national security by improving the detection of radiological materials in maritime environments. Interested vendors are encouraged to submit their technical specifications and compliance information by May 15, 2025, and can direct inquiries to William Grimm at william.grimm@hq.dhs.gov or by phone at 202-601-9823.
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.
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.
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.
DHS CWMD Mobile Detection Deployment Program (MDDP) RFI
Buyer not available
The Department of Homeland Security (DHS) is seeking sources for the Mobile Detection Deployment Program (MDDP) to enhance the nation's capabilities in detecting and responding to chemical, biological, radiological, and nuclear (CBRN) threats. The program requires deployable field management and scientific support services, including operational, technical, and logistical aid, as outlined in the attached Statement of Work (SOW). This initiative is critical for national security, ensuring preparedness against weapons of mass destruction through effective deployment and maintenance of detection assets, training personnel, and managing technical support staff. Interested vendors must submit a capability statement by April 29, 2025, and can contact William Grimm at william.grimm@hq.dhs.gov or 202-601-9823 for further information.
IC/SM Alarm Panel
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking to procure five IC/SM Alarm SWBDs with 20 modules from Dynalec Corporation on a sole source basis. This procurement is critical for enhancing shipboard alarm and signal systems, ensuring compliance with government specifications and operational readiness. Interested vendors must submit their quotes by April 28, 2025, at 2:00 PM EST, including necessary documentation such as published price lists or past invoices, and all inquiries should be directed to William Henry Morton via email at william.h.morton39.civ@us.navy.mil.
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.
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 (OEMs), specifically Hamilton Sundstrand or Sikorsky Aircraft Corporation, ensuring compliance with airworthiness standards for installation on U.S. Coast Guard aircraft. Interested vendors must submit their offers by May 28, 2025, at 2:00 PM EDT, and are encouraged to contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil for further details regarding the solicitation and its requirements.
DETECTORS/TUBES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources for the procurement of various hazard-detecting instruments and apparatus, specifically under the title "DETECTORS/TUBES." This opportunity is a sources sought notice aimed at identifying potential suppliers capable of manufacturing these items, as the government lacks complete unrestricted technical data and intends to solicit only from approved sources, with DRAEGER, INC. being the sole approved source identified. The anticipated contract will be an Indefinite Quantity Long-Term Contract (IQC) with a base period of three years and two one-year options, and it falls under NAICS code 334511, with a small business size standard of 1,350 employees. Interested suppliers are encouraged to complete the market research questionnaire and provide feedback by the specified deadline to assist in shaping a realistic solicitation. For further inquiries, potential bidders can contact Brandy Warner at brandy.warner@dla.mil or by phone at 614-692-5024.