Sole Source Special Notice for Maintenance and Service, Including all Parts and Labor, for one Rapiscan Systems Gemini X-ray System used in DOT’s Security-Screening-Process in D. C. Buildings
ID: 693JK425R500003Type: Special Notice
Overview

Buyer

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

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

EQUIPMENT AND MATERIALS TESTING- MAINTENANCE AND REPAIR SHOP EQUIPMENT (H249)
Timeline
    Description

    The Department of Transportation (DOT) intends to award a sole-source contract to Rapiscan Systems, Inc. for the maintenance and service of a Gemini X-ray system utilized in the security screening process at DOT Headquarters in Washington, D.C. This contract will cover all necessary parts and labor, with an estimated annual value of approximately $10,600, and is expected to span from April 1, 2025, to March 31, 2030. The Gemini X-ray system employs proprietary Z-Backscatter technology, which is critical for detecting low atomic number materials that may pose security threats, necessitating that only certified personnel perform maintenance to avoid warranty voids and ensure safety. Interested parties may submit a Statement of Qualifications to challenge the sole-source decision by April 25, 2025, and should direct inquiries to James Mowery at james.mowery@dot.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment No. 1 to Sole Source Special Notice No. 693JK425R500003 serves to confirm Rapiscan Systems, Inc., based in Torrance, California, as the incumbent contractor. This document solidifies Rapiscan's ongoing role regarding the specific government contract referenced. The amendment reflects routine administrative actions in government procurement processes, indicating that no new contractor will be introduced and emphasizing the continuity of services provided by Rapiscan. This context underscores the importance of established contractor relationships in federal contracting, particularly in specialized areas that may require specific expertise or technology. The notice aligns with federal guidelines for sole-source contracting, which allows for direct awards under certain circumstances when only one source is deemed suitable for the requirements at hand.
    The U.S. Department of Transportation (DOT) is issuing a Sole-Source Special Notice to contract Rapiscan Systems, Inc. for maintenance and service of a Gemini X-ray system used for security screening at DOT Headquarters in Washington, D.C. The intended contract, valued at approximately $10,600 annually, will span from April 1, 2025, to March 31, 2030. Rapiscan is uniquely qualified due to its proprietary technology, Z-Backscatter, which detects low atomic number materials relevant for security threats, and only certified personnel can service the system without voiding warranties or risking safety. The DOT's extensive search for alternatives confirmed that Rapiscan is the sole provider capable of this maintenance. Other companies may submit a Statement of Qualifications for consideration by April 25, 2025, to challenge the sole-source decision. This notice emphasizes compliance with safety protocols and the critical need for specialized knowledge in operating such sensitive systems.
    Similar Opportunities
    Lenel Support Services Solicitation 693JK426Q500001 for DOT
    Transportation, Department Of
    The U.S. Department of Transportation (DOT) is soliciting proposals for Lenel Support Services under Solicitation No. 693JK426Q500001, aimed specifically at small businesses. The procurement seeks technical support services for the Lenel OnGuard physical security system, including software upgrades and various support plans, to ensure the continuous operation and maintenance of the system. This initiative is critical for maintaining the security infrastructure of the DOT, leveraging Lenel's proprietary technology that is already integrated into their operations. Proposals are due by January 19, 2026, with inquiries accepted until December 7, 2025; interested parties should contact James Mowery at james.mowery@dot.gov for further information.
    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.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    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 - 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.
    Notice of Intent to Sole Source a Thermo Orbitrap Fusion Lumos and Thermo RSLCnano UPLC Maintenance Agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Thermo Electron North America LLC for an annual maintenance agreement for a Thermo Orbitrap Fusion Lumos mass spectrometer and a Thermo RSLCnano UPLC system. This procurement is essential as these highly complex instruments require specialized service and maintenance, which can only be provided by Thermo Electron North America due to their proprietary parts and exclusive service capabilities. The anticipated period of performance for this contract is from January 1, 2026, through December 31, 2028, with interested vendors encouraged to submit their interest and capability to respond to the requirement by emailing Denedra Hardy at qfa5@cdc.gov by December 24, 2025.
    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.”
    Notice of Intent to Sole Source Meta Systems Maintenance
    Dept Of Defense
    The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source contract to Meta Systems Group, Inc. for the annual service maintenance of its Meta Systems equipment. This procurement is essential as Meta Systems Group, Inc. is the original equipment manufacturer and the only authorized vendor capable of performing necessary service and maintenance, including software installations. The contract will follow FAR Part 13.106-1(b)(1)(i) procedures, and while this is not a request for quotes, other vendors may submit capability statements to demonstrate their ability to meet the government's needs. Interested parties should direct inquiries to Christopher White at christopher.white@usuhs.edu, with all submissions due by the specified closing date.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.
    Tescan field emission scanning electron (FE-SEM) maintenance coverage
    Dept Of Defense
    The Department of Defense, through the Fleet Readiness Center, intends to award a sole source contract to Tescan USA Inc. for the maintenance coverage of specialized scanning electron microscopes, specifically the Tescan Vega II XMU and Tescan Mira-3 GMU. The procurement includes annual preventative maintenance and calibration services, as well as a critical hardware upgrade requiring OEM-level access to proprietary software and firmware, which only Tescan USA can provide. These instruments are essential for the Materials Engineering Laboratory's operations, and using a third-party vendor could jeopardize system integrity and performance. Interested parties may submit capability statements within three calendar days of this notice, with Brandon Fabricante as the primary contact at gregory.b.fabricante2.civ@us.navy.mil for further inquiries.