RFI - MODULAR MOBILE SURVEILLANCE SYSTEM (M2S2)
ID: RFI_CBP_M2S2_2025Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONAIR AND MARINE CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting market research for a Modular Mobile Surveillance System (M2S2) as part of a Request for Information (RFI). The objective is to identify vendors with existing GSA Multiple Award Schedule Contracts capable of providing fully functional M2S2 units that enhance border security operations through advanced surveillance technologies, including detection, identification, classification, and tracking of potential threats. This initiative is crucial for improving situational awareness and operational effectiveness for the U.S. Border Patrol in preventing illegal activities along the borders. Interested vendors must submit their company data by February 21, 2025, and can direct inquiries to USBP PMOD M2S2 at USBPPMODM2S2@cbp.dhs.gov, noting that future RFP postings will depend on funding availability.

    Point(s) of Contact
    Files
    Title
    Posted
    The file outlines the vendor company data and capabilities required for the Modular Mobile Surveillance System (M2S2) procurement as part of the Federal Government's market research for FY25. It contains a structured format for vendors to provide essential information, including company identification details, socio-economic status, and manufacturer information that are prerequisites for federal contract eligibility. Vendors are asked to detail their capabilities relevant to the RFI (Request for Information) and identify any challenges related to these capabilities within a two-page limit. The purpose of this document is to streamline the collection of vendor information necessary for bidding on the M2S2 project, ensuring that only qualified entities participate in the federal contracting process. By gathering comprehensive data on vendor capabilities, the government aims to assess market readiness and identify viable partners for the Modular Mobile Surveillance system. This initiative reflects the government's commitment to transparency and efficacy in the procurement process.
    The Vendor Demonstration Agreement establishes the terms under which AAA, Inc. will conduct a product demonstration for the Department of Homeland Security (DHS) at no cost to the Government. The demonstration is strictly for showcasing capabilities, with no obligation for the Government to purchase demonstrated products. The vendor is responsible for all necessary supplies, while any Government assets used require prior approval and the vendor must indemnify the Government against claims arising from the demonstration. The agreement highlights that proprietary data should not be disclosed, and the Government assumes no liability for damages or injuries related to the demonstration. Furthermore, the Government retains ownership of any provided supplies, although no Government-Furnished Property will be supplied in this instance. The Contracting Officer is the sole representative authorized for the agreement, emphasizing the non-binding nature of any vendor recommendations on Government contracts. This document aligns with government procurement and demonstration protocols, aiming to protect the Government while allowing vendors to showcase their offerings.
    The document outlines the Statement of Work (SOW) for the Modular Mobile Surveillance System (M2S2) developed by the U.S. Border Patrol (USBP) to enhance border security operations. The M2S2 aims to detect, track, and classify potential illegal activities at the border using mobile systems equipped with electro-optical (EO) and infrared (IR) cameras, as well as radar. Key deliverables include the manufacturing and deployment of M2S2 units, operator and maintenance training, and warranty services. The document specifies the technical requirements for the surveillance vehicles, including the apparatus for mounting detection systems and the need for real-time data processing capabilities. Training requirements for operators include hands-on training sessions, preparation of manuals, and a warranty covering parts and labor for one year after acceptance. Furthermore, numerous compliance standards, including data requirements and information security protocols, are outlined to safeguard sensitive information associated with the surveillance systems. This document serves as a structured guideline for contractors responding to the RFP, ensuring compliance with government regulations and operational needs for border security.
    The United States Customs and Border Protection (CBP) is conducting market research for Modular Mobile Surveillance Systems (M2S2) as part of a Request for Information (RFI) aimed at understanding technological capabilities available through GSA Schedule Contracts. This initiative is for research purposes only and does not indicate a commitment to contract award or financial compensation for information provided. The primary focus is to enhance the U.S. Border Patrol's ability to prevent illegal activities along borders by employing advanced surveillance technology that is modular and can be integrated onto light-duty trucks. CBP is seeking vendors with existing GSA Multiple Award Schedule Contracts to provide fully functional M2S2 units, which include surveillance capabilities such as detection, identification, classification, and tracking of potential threats. The end goal is to bolster situational awareness and operational effectiveness, particularly through systems offering remote and autonomous functionality. Interested vendors must submit their company data by February 21, 2025, with future RFP postings dependent on funding. The RFI includes appendices for vendor data submission and a demonstration agreement, emphasizing that detailed technological specifications will be based on the current state of the technology in use.
    Lifecycle
    Title
    Type
    Similar Opportunities
    DHS CWMD Mobile Detection Deployment Program (MDDP) RFI
    Buyer not available
    The Department of Homeland Security (DHS) is seeking responses to a Request for Information (RFI) regarding the Mobile Detection Deployment Program (MDDP), aimed at enhancing national capabilities for detecting chemical, biological, radiological, and nuclear (CBRN) threats. The program requires contract support services, including the deployment of technical support personnel and advanced detection equipment, with a focus on maintaining detection capacity, supporting training exercises, and managing operational logistics. This initiative is critical for bolstering the nation's defenses against WMD threats and fostering collaboration among federal, state, and local entities. Interested parties must submit a capability statement by March 7, 2025, and can contact William Grimm at william.grimm@hq.dhs.gov or 202-601-9823 for further information.
    Small-Scale, Handheld, and Chemical Identification Equipment Training
    Buyer not available
    The U.S. Department of Homeland Security, Customs and Border Protection (CBP), is seeking information from vendors regarding training for Small-Scale, Handheld, and Chemical Identification Equipment as part of its Non-Intrusive Inspection (NII) Program. The objective is to establish a Blanket Purchase Agreement for comprehensive training that enhances the proficiency of officers in operating various handheld devices used for identifying anomalies in travelers and conveyances, with courses covering equipment such as Gemini, MX908, and DrugIQ. This training is crucial for maintaining effective border security operations and will be conducted at designated locations domestically and internationally from late April 2025 to April 2030. Interested vendors must submit their responses, including a Capabilities Statement and pricing, by March 5, 2025, to the designated contacts: Aga Frys, Bryan Currier, and Kaitlin Merli via email.
    Mobile security camera trailer 12-month lease and deployment
    Buyer not available
    The U.S. Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting quotes for a 12-month lease and deployment of a Mobile Security Camera Trailer at its facility in Riverdale, Maryland. The trailer must be equipped with high-resolution, pan/tilt/zoom cameras, low-light capabilities, a self-sufficient power supply, and remote monitoring communication features, along with the ability to store footage for 30 days and provide 24/7 monitoring. This procurement is crucial for enhancing security at USDA facilities, ensuring compliance with federal regulations, and maintaining safety protocols. Interested vendors must submit their complete quotes, including a signed SF1449 form, by February 19, 2025, and can contact Latisha Hollman at latisha.a.hollman@usda.gov for further information.
    CBP Request for Information (RFI) for CBP Medical Services (Pre/Post Employment)
    Buyer not available
    The Department of Homeland Security's U.S. Customs and Border Protection (CBP) is seeking information from vendors regarding the provision of medical services for pre- and post-employment evaluations, including medical examinations, fitness testing, consultations, and drug testing. This Request for Information (RFI) aims to gather insights for future procurement decisions, emphasizing the need for board-certified physicians to ensure that personnel meet critical medical standards necessary for law enforcement roles within the agency's workforce of approximately 60,000 employees. Interested parties are encouraged to submit their capabilities and experiences by March 2025, with the contract anticipated to commence in November 2026. For further inquiries, vendors may contact Peter Giambone at peter.a.giambone@cbp.dhs.gov or Matthew Coniglio at matthew.coniglio@cbp.dhs.gov.
    Notice of Intent to Sole Source - USBP UGS Camera Sensors SC410 Upgrade
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), intends to award a sole source contract to Albers Aerospace for critical software upgrades to the SC-410 unattended ground sensor cameras. The procurement aims to integrate these cameras into the Government's Intelligent Computer Assisted Detection (ICAD) system, addressing software integration requirements that only Albers can fulfill, as they are the original manufacturer and sole provider authorized for these upgrades. The upgrades are essential for enhancing border security operations, ensuring that the UGS SC-410 cameras can be fully operational and effective. For further inquiries, interested parties may contact Frank S. Duarte at frank.s.duarte@cbp.dhs.gov; specific funding amounts and deadlines have not been disclosed.
    Maritime Domain Awareness Service
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from qualified vendors for a Maritime Domain Awareness Service. This procurement aims to enhance the Coast Guard's capabilities in monitoring and understanding maritime activities, which is crucial for national security and safety. The services will likely involve advanced computer-related solutions to support maritime surveillance and data analysis. Interested parties can reach out to Adam Petty at adam.f.petty1@uscg.mil or William Lewis at william.e.lewis3@uscg.mil for further details regarding this Sources Sought notice.
    First Responder Technologies under SAVER project.
    Buyer not available
    The U.S. Department of Homeland Security (DHS) is seeking information on commercially available first responder technologies as part of its System Assessment and Validation for Emergency Responders (SAVER) program. This initiative aims to gather market research on specific technology areas, including fixed-position radiation monitoring systems, telemedicine for emergency medical services, ballistic helmets, personal cooling systems, drones, 3D indoor mapping, video analytics for weapons detection, unmanned underwater vehicles, and radiation simulation systems. The information collected will assist emergency response agencies in selecting and procuring essential equipment, ensuring alignment with established DHS equipment listings. Interested vendors are encouraged to submit their responses by April 9, 2025, and can contact Norman Kaufmann at norman.kaufmann@hq.dhs.gov or Mohammed Rizki at mohammed.rizki@hq.dhs.gov for further details.
    Purchase/Install Intrusion Detection System (IDS)
    Buyer not available
    The Department of Homeland Security, through the Federal Protective Service, is seeking competitive bids for the purchase and installation of a new Intrusion Detection System (IDS) at the Moorhead Federal Office Building in Pittsburgh, Pennsylvania. The project entails the removal of outdated IDS equipment and the installation of a new system that will integrate with existing General Services Administration (GSA) access control systems, thereby enhancing security protocols within federal facilities. This procurement is crucial for modernizing physical security infrastructure to protect personnel and assets effectively. Interested contractors must submit their proposals by March 10, 2025, and are encouraged to attend a pre-proposal conference on February 4, 2025, with additional site visits scheduled for February 27, 2025. For further inquiries, vendors can contact James Austin at james.austin@associates.hq.dhs.gov or Marcus Mason at marcus.l.mason@fps.dhs.gov.
    U.S. Customs and Border Protection (CBP) Office of Trade (OT) Import/Export Trade Data Subscription
    Buyer not available
    The U.S. Customs and Border Protection (CBP) Office of Trade is soliciting bids for an Import/Export Trade Data Subscription service, aimed at enhancing trade enforcement capabilities. The primary objective is to establish a comprehensive online database that provides detailed domestic and international trade shipment data, including information on commodities, bills of lading, and other shipment-related activities, which is essential for ensuring compliance with trade laws. This procurement underscores the importance of leveraging data to improve trade monitoring and decision-making processes within the CBP, thereby facilitating legitimate trade while enforcing regulations effectively. Interested vendors should direct inquiries to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, with the contract expected to be awarded for a firm, fixed price effective from May 26, 2025, through May 25, 2026, with options for four additional one-year extensions.
    U.S. Customs and Border Protection (CBP) Laboratory & Scientific Services (LSS) Forensic Laboratory Information Management System (LIMS)
    Buyer not available
    The U.S. Customs and Border Protection (CBP) is seeking proposals for a Laboratory Information Management System (LIMS) to enhance its Laboratory and Scientific Services (LSS) capabilities. The primary objective of this procurement is to establish a comprehensive and customizable LIMS that supports critical forensic laboratory functions, including evidence management, case tracking, and data reporting, while ensuring compliance with federal security and privacy standards. This initiative is vital for improving operational efficiency and maintaining the integrity of evidence handling in legal contexts. Interested vendors should note that the anticipated contract period is from July 1, 2025, through June 30, 2026, with a potential total contract value of approximately $47 million. For further inquiries, vendors can contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov.