Mobility Platforms Maintenance Program
ID: 15F06726R0000002Type: Sources Sought
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, USA

NAICS

Boat Building (336612)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from potential contractors for the Mobility Platforms Maintenance Program, aimed at ensuring the operational readiness of the FBI’s Mobility Team Maritime and Ground Platforms. The program requires preventative and corrective maintenance services, specialized training for FBI Mobility Operators, and timely notifications for equipment upgrades or replacements, all adhering to manufacturer specifications. This initiative is crucial for maintaining the effectiveness of the FBI's Critical Incident Response Group, particularly the Hostage Rescue Team, and is expected to span a base year from May 1, 2026, to April 30, 2027, with four additional one-year options. Interested parties should submit their capability statements to Andrea Dailey at amdailey@fbi.gov or Corey Linnen at clinnen@fbi.gov, noting that this is a sources sought notice and not a solicitation for proposals.

    Point(s) of Contact
    Andrea Dailey
    amdailey@fbi.gov
    Corey Linnen
    clinnen@fbi.gov
    Files
    Title
    Posted
    RFP# 15F06726R0000002 outlines a comprehensive contract for the Federal Bureau of Investigation's (FBI) Critical Incident Response Group (CIRG) Hostage Rescue Team (HRT). The contract seeks support services for preventative and corrective maintenance of HRT mobility platforms and logistical equipment, as well as specialized training for FBI Mobility Operators. Key requirements include maintaining operational readiness, performing routine and unscheduled maintenance, conducting operator training, assisting with inventory, and providing notifications for equipment upgrades or replacements. The contractor must be located within one hour of Fredericksburg, VA, and all maintenance must adhere to manufacturer specifications. The contract period spans a base year from May 1, 2026, to April 30, 2027, with four additional one-year option periods. Deliverables include various reports and agreements, with the government providing necessary equipment, tools, and facility access.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Casecracker Onyx Software
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking a contractor for the maintenance of the CaseCracker Onyx Interview Recorder Management System (IRMS) software. This procurement involves providing maintenance services for 110 units on a firm-fixed price basis for a period of three months, commencing on March 2, 2023. The CaseCracker Onyx software is critical for managing interview recordings, thereby supporting the FBI's operational efficiency and productivity. Interested parties can reach out to Joe Spatafore at Jspatafore@fbi.gov for further details regarding this opportunity.
    LEEDS PMA
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source, firm-fixed-price contract with LEEDS Precision Instruments, Inc. for the purchase of extended warranty and software upgrades for the Evofinder System 848. This procurement aims to ensure timely and cost-effective preventive maintenance, instrument upgrades, and support for the Evofinder® Automated Ballistic Identification System, which is critical for the FBI's laboratory operations. Interested parties may submit capability statements or proposals to the primary contact, Adelle Bolton, via email at albolton@fbi.gov by 08:00 AM EST on December 13, 2025, to express their interest in this opportunity. Vendors must be registered in the System for Awards Management (SAM.gov) to be eligible for government contracts.
    Basic Unmanned Aerial System
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from potential vendors regarding the procurement of a Basic Unmanned Aerial System (UAS), specifically a ruggedized, backpack portable quadcopter. The UAS must meet specific requirements, including a minimum flight time of 30 minutes, compliance with the National Defense Authorization Act (NDAA), an Ingress Protection rating of IP53 or better, video recording capabilities, and an integrated Ground Control Station with a display, all within a target price of $12,000 or less. This initiative is crucial for enhancing the FBI's operational capabilities, and interested parties are invited to submit capability statements by December 23, 2025, and direct any questions to Brian Ames at bames@fbi.gov by December 10, 2025.
    Mobile Federal Law Enforcement Enterprise Technical Service (MFLEETS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide comprehensive technical services for the Mobile Federal Law Enforcement Enterprise Technical Service (MFLEETS) program at JBSA Ft Sam Houston, Texas. The contractor will be responsible for delivering personnel, equipment, and services necessary for mobile computing, in-car video systems, data storage, and real-time monitoring of law enforcement activities, all while adhering to FedRAMP Level 5 accreditation standards. This initiative is crucial for enhancing the secure collection, review, and distribution of video evidence at military installations, ensuring interoperability among law enforcement applications and mobile devices. Interested parties can contact Ralph M. Bowie at ralph.m.bowie.civ@army.mil or call 210-466-2219 for further details.
    FBI Police Uniforms
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity involves establishing a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for one base year and four option years, with a total estimated value not to exceed $2,500,000, and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance among FBI personnel, which is critical for operational effectiveness and public identification. Interested vendors must submit proposals, including samples, by January 9, 2026, and can direct inquiries to Victoria McDaniels at vmcdaniels@fbi.gov.
    UAS Controlled Via Fiber Optic Cable
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking vendors capable of producing Unmanned Aerial Systems (UAS) that are controlled via fiber optic cable and compliant with the National Defense Authorization Act (NDAA). This Request for Information (RFI) aims to identify potential suppliers who can meet these specifications, emphasizing the need for UAS that operate effectively between the aircraft and the Ground Control Station (GCS). The procurement is crucial for enhancing operational capabilities in surveillance and reconnaissance missions. Interested parties, both small and large businesses, must submit capability statements by December 23, 2025, and direct any questions regarding the RFI in writing by December 10, 2025, to Brian Ames at bames@fbi.gov.
    NVTC TONS System O&M, enhancements and integration services
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking a contractor to provide operations and maintenance (O&M), enhancements, and integration services for the National Virtual Translation Center (NVTC) Translator’s Online Network Support (TONS) system. This procurement aims to ensure continuous support for the TONS systems in both unclassified and classified environments, including the migration to cloud environments that support these systems. The contract is critical for maintaining national intelligence capabilities, as it addresses the need for uninterrupted service during the transition to a new contractor while a competitively re-awarded contract is finalized. Interested parties can contact Tiffanie L. Neal at tlneal@fbi.gov for further details regarding this opportunity.
    NOI to Sole Source for NVG Repair
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source contract with L3 Harris Technologies, Inc. for the repair of night vision goggles (NVG) previously acquired by the agency. The contract is necessary as L3 Technologies is the sole manufacturer of the specific NVG model and is uniquely qualified to perform the required repairs. These NVGs are critical for various law enforcement and operational activities, underscoring the importance of maintaining their functionality. Interested parties may express their capabilities by contacting Beanchor M. Liggins via email at bmliggins@fbi.gov by 9 AM CT on January 9, 2026, as this notice is not a request for competitive quotations.
    DJF-23-1200-LTL-1
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to procure ammunition through a sole source urgency contract identified as DJF-23-1200-LTL-1. This procurement is critical for the FBI's operational needs, particularly in relation to their law enforcement and national security missions. The ammunition, classified under the PSC code 1305, is essential for various applications within the agency, underscoring its importance in maintaining operational readiness. Interested vendors can reach out to Ryan Dolan at RDOLAN@FBI.GOV for further details regarding this opportunity.
    Preventive Maintenance and Repair service for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit (base year plus two possible one-year option years)
    Buyer not available
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking small business sources for preventive maintenance and repair services for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit. The contract will cover a base year plus two optional one-year extensions, commencing on December 30, 2025, and includes requirements for one annual on-site preventive maintenance visit, unlimited corrective repairs within three business days, the use of OEM-certified parts and technicians, unlimited software/firmware updates, and priority technical support. This service is critical for maintaining the operational integrity of the MRI unit, which is essential for research and diagnostics. Interested vendors must submit their responses, including business information and capability statements, by December 9, 2025, to Suzanne Martella at suzanne.martella@fda.hhs.gov.