Mobile Crime Lab Upfit (4 Vehicles)
ID: 70B01C24R00000177Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONADMINISTRATION FACILITIES TRAINING CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS (5999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified contractors to modify and upfit four mobile crime lab vehicles, comprising three Mercedes Sprinter vans and one Freightliner Sprinter. The project entails comprehensive modifications to the vehicles' interior, exterior, driver cab, audio/video systems, emergency equipment, and window tinting to enhance their operational capabilities for law enforcement purposes. This initiative is crucial for improving evidence processing and crime detection capabilities, thereby supporting national security efforts. The total funding for this contract is set at $19 million, with proposals due by September 25, 2024. Interested parties can contact Dana L. Blake at Dana.L.Blake@cbp.dhs.gov or 240-731-6111 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal contract solicitation for the upfitting of four mobile crime lab vehicles, specifically one Freightliner and three Mercedes vans, for the Department of Homeland Security's Customs and Border Protection. The total award amount is set at $19 million, with the offer deadline of September 25, 2024. Key details include specifications for vehicle modifications related to interior, exterior, driver cab, and emergency equipment, along with delivery mandates to various locations, all scheduled for completion by September 1, 2024. The solicitation also incorporates a range of FAR and DHS clauses addressing terms, conditions, and compliance with small business requirements, ensuring alignment with federal acquisition regulations. The inclusion of various socio-economic designations, such as provisions for small business and service-disabled veteran-owned groups, reflects the intent to support diverse contracting opportunities. This document represents a structured approach to procure services necessary for the enhancement of crime detection capabilities, emphasizing compliance and fiscal responsibility within government contracting practices.
    The document outlines detailed specifications for a custom vehicle designed for the U.S. Customs and Border Protection, specifically the Model 614D-01 built on a Sprinter 3500 chassis. It includes comprehensive parts schedules and layout diagrams for both interior and exterior features, such as pull-out work surfaces, storage solutions, lighting setups, and generator installations. Critical components listed include various electrical systems, such as DC fluorescent lighting, a 12V floodlight, and extensive cabinetry designed to optimize utility and storage space. The document serves as a construction guide for the vehicle, emphasizing proprietary designs and installations tailored to meet governmental operational requirements. The purpose of this file aligns with government RFP protocols, emphasizing stringent guidelines for equipment and spatial specifications to ensure operational efficiency and compliance with federal standards. The meticulous detailing of equipment and specifications suggests an emphasis on functionality, safety, and serviceability for border control operations. This comprehensive guide is essential for contractors engaged in the development and provisioning of specialized mobile systems for federal use.
    The document outlines the submission and evaluation guidelines for proposals regarding a government contract. The Government plans to award one contract based on the best value, with evaluation criteria prioritized as follows: Price, Technical Compliance, and Past Performance. Quotations must be submitted in three volumes: Volume I includes a transmittal letter and technical quotation (25-page limit); Volume II comprises the price proposal; and Volume III contains past performance details, with no page limit. Submissions must be electronic, formatted in Microsoft Word or Excel, and exclude classified information. The proposal must be clear and coherent for effective evaluation, with a minimum acceptance period of 60 days post-submission. The government may award the contract without discussions, emphasizing the importance of ensuring accuracy and comprehensiveness in the quotations. Overall, the document aims to guide contractors in preparing competitive proposals while adhering to stringent federal regulations.
    The document addresses inquiries related to a government Request for Proposal (RFP) concerning modifications to crime labs and vehicles, presumably for a public agency. Three specific questions were posed by potential bidders on September 11, 2024. The first question pertains to the availability of images or drawings of the crime lab interior, crucial for planning the installation of new wiring for emergency lighting. Photographs have been provided in subsequent attachments. The second question inquires about the structural integrity of existing walls, necessary for accommodating installed features like shelving and TVs. Corresponding vehicle sketches have been shared for reference. Finally, the third question seeks clarification on the model years of the vehicles involved, which have been confirmed as a 2010 Freightliner and a 2020 Mercedes. Overall, the document serves to clarify technical specifications and logistical concerns related to the RFP process, ensuring compliance and feasibility for bidders.
    The document pertains to U.S. Customs and Border Protection within the Department of Homeland Security, indicating a focus on domestic security measures. Although specifics are sparse, it likely involves funding opportunities related to border protection initiatives, which may include requests for proposals (RFPs) to solicit projects aimed at enhancing border security and enforcement. The outlined initiatives could encompass technology advancements, facility upgrades, or operational improvements designed to strengthen national security and address emerging challenges at the borders. Emphasis on compliance with federal standards and collaborative efforts with local entities suggests a comprehensive approach to enhancing public safety. Overall, the document underscores the importance of securing funding and partnerships to fulfill U.S. Customs and Border Protection's mission.
    The document appears to detail specifications for supplies and equipment relevant to law enforcement or investigation activities. It includes references to several items categorized under office supplies, such as evidence boxes and supply kits designed for the management of firearm-related incidents. The mention of "DISPTUBE44" suggests it may relate to an item or system used in investigations or evidence handling. Additionally, it specifies that there should be no food or drink in designated areas, likely indicating a controlled environment for evidence processing. The purpose of this document likely aligns with the acquisition of materials through government Request for Proposals (RFPs) or grants, aimed at supporting law enforcement and investigation efforts at various levels of government. Ensuring that supplies are available and adhere to specific guidelines is crucial in maintaining procedural integrity during investigations. Overall, the document emphasizes the importance of specialized equipment and materials in supporting law enforcement operations.
    The document pertains to a federal Request for Proposal (RFP) concerning mobile systems developed by TENG Mobile Systems, suggesting collaboration or offerings in this sector. The involvement of individuals named Farber and Jedalty Verele indicates key contacts or stakeholders relevant to this proposal. The purpose of the RFP appears to focus on soliciting innovative solutions or technologies related to mobile systems, although specific details regarding the scope and requirements are not provided in this file. The context of such RFPs typically aims to solicit bids that can enhance federal operational capacities through efficient and advanced mobile technology. Therefore, while the document does not furnish extensive information, its structure suggests a preliminary identification stage in a broader procurement process, where entities like TENG Mobile Systems may outline their qualifications and capabilities relevant to federal needs. This aligns with government endeavors to maximize functionality and service deliverability through advanced technological solutions.
    The document references a government Request for Proposals (RFP) related to a vehicle, specifically the Dometic 3500 XD model. It indicates a focus on obtaining or specifying government contracts for this vehicle type. The concise structure suggests that this RFP is targeted at vendors who can provide or service the Dometic 3500 XD, likely incorporating specifications or requirements necessary for compliance with federal or local standards. The emphasis is on facilitating procurement processes for government agencies aiming to enhance their fleet or portable solutions. This document serves as an essential step in the RFP process, connecting potential suppliers with government needs for functionality, reliability, and adherence to guidelines.
    The document appears to reference a federal or state initiative known as "TYBATTERES," potentially related to grant opportunities or requests for proposals (RFPs). The central theme likely revolves around enhancing or developing innovative battery technologies. Key points may include objectives such as advancing research, securing funding for new projects, and fostering collaboration between governmental bodies and the private sector. Supporting details could involve eligibility criteria for applicants, specific areas of focus within battery technology, and the expected outcomes from funded projects. The document's structure probably includes an introduction outlining the purpose, followed by sections detailing application procedures, project goals, and evaluation metrics. Overall, this initiative signifies a commitment to promoting technological advancements within energy solutions, possibly addressing sustainability and efficiency in the energy sector, and suggests an open invitation for stakeholders to contribute towards these objectives through proposals or grant applications.
    The document discusses the specifications related to the provision of AC and DC circuits, potentially for a government contract related to electronic systems. The mention of "SASIC" and "BENTRY AD SYSTEMS INC" suggests an involvement of specific manufacturers or technologies in the criteria for the request. The reference to "SASS3.0" indicates a software or system version relevant to the project. The overall focus appears to revolve around the integration or installation of electronic circuits, possibly for defense or public service applications. Given the context of federal RFPs, the document likely outlines the technical requirements for proposals on electronic system development or upgrades, emphasizing compliance with existing industry standards. The concise nature of the file underscores the importance of clear and precise specifications in government contracts to ensure accurate submissions from potential contractors.
    The document outlines a Past Performance Questionnaire for a contractor bidding on a Department of Homeland Security (DHS) solicitation aimed at providing comprehensive labor and maintenance services for government facilities in the Arizona Region. Emphasizing the importance of past performance in the evaluation process, the document seeks honest assessments from evaluators regarding the contractor's performance in several key areas: corporate commitment, quality of service, timeliness, and teaming arrangements. Each category includes specific sub-factors with adjectival ratings ranging from "Outstanding" to "Unsatisfactory." Evaluators are prompted to provide detailed feedback on the contractor's management effectiveness, quality of deliverables, adherence to schedules, and partnerships with team members. Additional questions address any contract terminations and the overall strengths and weaknesses of the contractor. The questionnaire must be returned to the DHS Contract Specialist via email by a specified deadline, ensuring confidentiality and direct communication regarding the contractor's capabilities. This document is significant within the context of government RFPs as it guides assessments that influence award decisions, highlighting the necessity for transparent and reliable past performance evaluations in contracting processes.
    The U.S. Department of Homeland Security's Office of Professional Responsibility (OPR) has issued a Request for Proposal (RFP) for the modification (upfit) of four mobile crime lab vehicles to enhance evidence processing capabilities. The project involves custom configurations of three Mercedes Sprinter and one Freightliner Sprinter mobile crime lab units, adhering to federal, state, and local regulations. Required modifications include driver and passenger area console fabrication, interior shelving, audio-visual setups, and comprehensive emergency lighting systems. All components must be new and compliant with safety standards. Vendors must supply detailed documentation upon delivery, including equipment manuals and wiring schematics. The project mandates a maximum delivery time of 180 days, ensuring vehicles meet specified safety and operational standards. Security protocols require strict access control and handling procedures to protect sensitive data. The contract stipulates a warranty period for all conversion work, emphasizing defect-free construction and compliance with federal safety regulations. This endeavor underscores the OPR's commitment to enhancing operational readiness and ensuring the integrity of law enforcement processes within the CBP.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Emergency Response Trailers and Supplies (Amended)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through Customs and Border Protection (CBP), is seeking quotations for the procurement of five Emergency Response Trailers, with a focus on enhancing emergency response capabilities. The procurement is set aside exclusively for small businesses under NAICS code 333924, and bidders are required to comply with the Statement of Work (SOW) while submitting their quotes, a Price Proposal, and a Technical Capability Statement by September 18, 2024. The trailers will be utilized for various operational needs across multiple locations, emphasizing the importance of readiness in emergency situations. Interested vendors should note that the quote due date has been extended to September 23, 2024, and all inquiries must be directed to Colin A. Colgan at colin.a.colgan@cbp.dhs.gov.
    U.S. Customs and Border Protection Laboratory Information Management System (LIMS)
    Active
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP) is seeking information from vendors regarding the procurement of a commercial off-the-shelf (COTS) Forensic Laboratory Information Management System (LIMS) to enhance the efficiency and reliability of its forensic and scientific operations. The new system must be configurable and customizable, supporting critical functionalities such as evidence chain of custody, data integrity, resource management, and compliance with forensic laboratory accreditation standards. This initiative is vital for maintaining the integrity of forensic processes and ensuring compliance with federal, state, and local regulations, as CBP aims to modernize its operations across various functional areas, including digital forensics and narcotics. Interested vendors should submit their responses by September 26, 2024, to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, with a maximum of five pages detailing their capabilities and relevant experience.
    PR0052SK Truck Repair 2012 F-550 Everett, WA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the repair of a 2012 Ford F-550 truck located in Everett, Washington. The procurement involves addressing significant issues with the vehicle's fuel system, including cleaning both fuel tanks and repairing a high-pressure fuel pump failure that has led to contamination and operational inefficiencies. This repair is critical for restoring the vehicle's performance and ensuring safety, as indicated by persistent low fuel pressure warnings and engine issues. Interested vendors must submit their quotes by September 25, 2024, at 9:00 AM Pacific Time, and should direct any inquiries to Leilani Sandle at leilani.d.sandle@uscg.mil. Vendors must also be registered in the System for Award Management (SAM) database to be eligible for consideration.
    MEXICO CITY, TAPACHULA / VEHICLE PURCHASE SUV FY24
    Active
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Mexico City, is preparing to solicit bids for the purchase of a 2024 all-wheel drive SUV to be delivered in Tapachula, Chiapas, Mexico. The procurement requires the selected vendor to provide a vehicle that meets specific criteria, including a minimum gross vehicle weight rating of 5,500 pounds, and to ensure compliance with local regulations, including obtaining necessary permits and licenses. This vehicle is essential for the Embassy's operational needs, emphasizing the importance of security and reliability in its use. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to contact John P. Harris or Julio Cesar Serrano via email for further information, as the solicitation will be published on SAM.gov once finalized.
    A--DHS S&T Secure Shipping Follow-on Presolicitation
    Active
    Interior, Department Of The
    The Department of the Interior, through its Interior Business Center, is issuing a presolicitation notice for a sole source contract to Global Secure Shipping Inc. for the Department of Homeland Security's Secure Shipping Project. This initiative aims to enhance supply chain security by developing and field testing secure shipping containers, specifically 39 new six-sided containers alongside 15 previously tested ones, to meet industry standards and combat transnational criminal activities. The follow-on contract, justified under federal regulations due to the specialized nature of the equipment, is expected to last for 36 months, with interested vendors invited to submit their qualifications by October 4, 2024. For further inquiries, vendors can contact Serena Davidson at serenadavidson@ibc.doi.gov or call 703-914-3723.
    Vehicle Purchase CBP
    Active
    State, Department Of
    The U.S. Embassy in Quito, Ecuador, is seeking proposals for the purchase of one SUV that meets specific performance and interior specifications. The vehicle must feature an automatic transmission, a full gasoline V6 engine with a minimum of 260HP, four-wheel drive capabilities, and various modern amenities such as leather seats and advanced technological integrations like Apple CarPlay and Android Auto. This procurement is essential for embassy operations, emphasizing the need for a vehicle that can be maintained locally with readily available spare parts and dealer support. Interested bidders must submit their proposals via email to the Contracting Officer, Deryl van Coblijn, by September 25, 2024, ensuring compliance with SAM registration requirements and that quotes remain valid for 120 days post-submission.
    70B04C24C04 – Varex Imaging Corporation – Notice of Intent
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of - US Customs and Border Protection The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Varex Imaging Corporation. This contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, which are used to detect illicit material and radiological threats at the borders. The equipment must be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation. Varex Imaging Corporation is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. The contract will be awarded by August 30, 2024. For more information, please contact Monica Y. Watts at monica.y.watts@cbp.dhs.gov.
    FEMA Accessible Travel Trailers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the procurement of Accessible Travel Trailers under a combined synopsis/solicitation notice. The objective is to provide accessible travel trailers that comply with the Uniform Federal Accessibility Standards and the Architectural Barriers Act Accessibility Standards, specifically designed for disaster survivors, including individuals with disabilities. These trailers will serve as temporary housing solutions during emergencies, enhancing FEMA's capacity to support vulnerable populations in disaster situations. Interested contractors must submit their proposals by September 26, 2024, with a potential contract value of up to $99,932,500 over a five-year period. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Bernetta Burton at bernetta.burton@fema.dhs.gov.
    USCIS Card Personalization System Technology Refreshment (CPSTR)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Citizenship and Immigration Services (USCIS), is seeking to award a sole-source Indefinite Delivery Indefinite Quantity (IDIQ) contract for the ongoing maintenance, optional testing, and supply of consumables for the Card Personalization System Technology Refreshment (CPSTR) to General Dynamics Information Technology (GDIT). This procurement is critical as GDIT is the Original Equipment Manufacturer (OEM) of the CPSTR equipment, which is essential for personalizing identification cards that support the agency's operations in producing millions of cards annually. The contract will ensure the continued functionality and efficiency of the CPSTR systems located in Corbin, Kentucky, and Lee’s Summit, Missouri, with proposals due by September 9, 2024, at 3:00 PM ET. Interested parties may contact Taylor Quintin at Taylor.J.Quintin@uscis.dhs.gov or Way Goodman at waynette.a.goodman@uscis.dhs.gov for further information.
    CG-4 Mission Support Business Model (MSBM)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is announcing a special notice regarding a contract modification for the Engineering and Logistics Directorate (CG-4). This modification aims to increase the contract ceiling for task order 70Z02321FPLM00200, awarded to Vector CSP LLC, by $3,916,251.73, raising the total ceiling from $12,083,652.00 to $14,775,660.03, with no updates to the Statement of Work. This contract, which was initially awarded on September 23, 2021, is crucial for supporting the logistics and engineering functions of the USCG and is set to expire on September 22, 2026, with a potential extension to March 22, 2027, if the agency exercises its options. Interested parties may contact Yvonne Green or Melony Suber for further information, and responses to this notice must be submitted by October 5, 2024, at 12:00 PM Eastern Standard Time.