Foster + Freeman Video Spectral Comparator 9000 (VSC 9000)
ID: 192125VHQFDL00013Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS IMMIGRATION AND CUSTOMS ENFORCEMENTINVESTIGATIONS AND OPERATIONS SUPPORT DALLASIrving, TX, 75063, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is planning to issue a sole source contract for the procurement of four Foster + Freeman Video Spectral Comparator 9000 (VSC 9000) units. This acquisition, valued at approximately $395,728.12, is intended to support the operations of the Homeland Security Investigations (HSI) Forensics Laboratory, which plays a critical role in forensic analysis and investigations. The procurement will be conducted under FAR Part 12 and FAR Subpart 13.5, with no solicitation document available, and interested parties are advised that this notice is for informational purposes only. For further inquiries, Jenna Wiley can be contacted at Jenna.Wiley@ice.dhs.gov.

    Point(s) of Contact
    No information provided.
    Files
    Title
    Posted
    The Department of Homeland Security, Immigration and Customs (ICE) Office of Acquisition Management (OAQ) intends to issue a sole source award to FOSTER+FREEMAN USA INC. for four Foster + Freeman Video Spectral Comparator 9000 (VSC 9000) units. This contract, valued at an estimated $395,728.12, will support the Homeland Security Investigations (HSI) Forensics Laboratory. The procurement is being conducted under FAR Part 12 and FAR Subpart 13.5, with the statutory authority of 41 USC 1901. The NAICS code for this requirement is 334516, with a small business size standard of 1,000 employees. This notice is for informational purposes only and is not a request for competitive quotes; no solicitation document is available, and no contract will be awarded based on offers received in response to this notice. The decision to not compete this proposed contract remains at the government's discretion. Jenna Wiley (Jenna.Wiley@ice.dhs.gov) is the point of contact.
    Lifecycle
    Title
    Type
    Similar Opportunities
    I-9 Employment Verification Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to award a sole source contract for I-9 Employment Verification Services to TALX Corporation, doing business as Equifax Workforce Solution. The contract will provide a secure online I-9 management system tailored to USCIS's onboarding needs, ensuring compliance with E-Verify requirements and federal law, while also facilitating the physical inspection of documents necessary for completing Section 2 of the I-9 form. This procurement is critical for maintaining accurate employment verification processes and ensuring that I-9 forms are easily searchable for re-verification and quality assurance. Interested parties can reach out to Lori Barney at lori.j.barney@uscis.dhs.gov or Mary Shinney at mary.a.shinney@uscis.dhs.gov for further details, as the contract will be awarded without competition under FAR 13.501.
    Replacement/installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of a Video Surveillance System (VSS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires contractors to provide all necessary labor, materials, and services, with a firm-fixed price contract to be awarded under a 100% small business set-aside, adhering to the NAICS code 561621 and a size standard of $25 million. This procurement is critical for enhancing security measures at the facility, with a performance period of 90 calendar days following the Notice to Proceed. Interested parties should direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, and note that the Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025.
    Immigration Detention and Transportation in Puerto Rico
    Buyer not available
    The Department of Homeland Security (DHS), specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to modify an existing contract with MVM, Inc. for immigration detention and transportation services in Puerto Rico. This modification, justified under FAR Subsection 6.302-1, will extend the current contract by six months, with an option for an additional six months, totaling $4,676,420.78, due to the time-sensitive nature of the services and the sole-source determination that MVM, Inc. is the only responsible vendor capable of fulfilling the requirements within the necessary timeframe. The anticipated costs are considered fair and reasonable based on historical pricing, and ICE plans to publicize this modification while ensuring that future acquisitions will be competitively awarded. For further inquiries, interested parties may contact Corey A. Soileau at Corey.Soileau@ice.dhs.gov.
    JUSTIFICATION FOR EXCEPTION TO FAIR OPPORTUNITY - SASS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to justify an exception to fair opportunity for the continued performance of Information System Security Officers (ISSOs) services. This procurement aims to provide independent risk assessment, vulnerability management, and compliance support with the Federal Information Security Management Act (FISMA) for ICE information systems. The services are critical for maintaining the security and compliance of ICE's IT infrastructure, ensuring the protection of sensitive information. Interested parties can reach out to Justin Dudenhefer at justin.dudenhefer@ice.dhs.gov or 202-913-2695, or Misty Weinhold at misty.weinhold@ice.dhs.gov or 202-748-6082 for further details.
    RFI PHARMACY TEMPERATURE MONITORING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information from vendors regarding a Request for Information (RFI) for a modernized temperature monitoring system. This system is intended for use in medical refrigerators, freezers, and storage areas across 17 detention facilities, with a focus on functionality such as data monitoring, alerts, and compliance with CDC, VFC, and FDA standards. Vendors are required to provide detailed proposals that include system capabilities, implementation timelines, customer support, and a comprehensive cost breakdown for the setup and ongoing fees. Interested parties must submit their responses by December 4, 2025, at 5 PM EST, and can reach out to Vladimir Jockovic or Michelle Taylor for further inquiries.
    Agilent Crosslab Silver Preventative Maintenance agreement for the Agilent Gas Chromatography Mass Spectrometer (GC/MS) Triple Quad System
    Buyer not available
    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.
    J&A - Purchase of 24 Private Booths for Florence CC, AZ
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to procure and install 24 private booths for the Florence Correctional Center (CAFCC) in Arizona, in compliance with a court order from the United States District Court for the District of Columbia. The procurement includes 14 privacy booths and 10 ADA-compliant booths designed to facilitate confidential attorney-client communications, ensuring that legal calls are secure and private, with soundproofing to a minimum of 30-35 decibels. This initiative is critical for maintaining legal standards and ensuring detainees have access to private legal consultations, with the booths required to be operational for at least eight hours on weekdays and five hours on weekends. Interested vendors can contact Ejikeme Ezeala at ejikeme.ezeala@ice.dhs.gov for further details, with the purchase order expected to be awarded following a 30-day extension granted by the court.
    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.
    Buyer not available
    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 complete the installation in accordance with the provided Statement of Work, with a firm-fixed-price contract structure and a completion timeline of 90 calendar days following the Notice to Proceed. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding federal facilities. Interested contractors must be registered with the System for Award Management (SAM) and can direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov, with RFQ documents expected to be issued around November 24, 2025.
    Chief Data Officer Support Services (CDOSS) Bridge
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking support services for the Chief Data Officer through a five-month bridge contract. This procurement is justified under the Justification for an Exception to Fair Opportunity (JEFO) J&A-23-0075, which is in accordance with FAR 16.505(b)(2)(ii)(D). The services are critical for maintaining continuity in data management and support functions within the agency. Interested parties can reach out to Michelle Brooks at Michelle.Brooks@ice.dhs.gov or by phone at 202-731-6925 for further details regarding this opportunity.
    Genuine Presence Assurance service
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking a noncompetitive follow-on production contract for the iProov Genuine Presence Assurance service. This procurement aims to utilize iProov's patented liveness detection technology, which has proven effective in prior competitive prototypes, to enhance border security operations. The Genuine Presence Assurance service is critical for ensuring the authenticity of individuals' identities during border enforcement activities. Interested parties can reach out to Aga Frys at aga.frys@cbp.dhs.gov for further details regarding this opportunity.