SEEKER Pro
ID: FA441825Q0010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4418 628 CONS PKJOINT BASE CHARLESTON, SC, 29404-5021, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

HAZARD-DETECTING INSTRUMENTS AND APPARATUS (6665)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of six DetectaChem SEEKER Pro systems and 1,000 detection cards to enhance security measures at Joint Base Charleston, South Carolina. The systems are designed for the rapid detection of drugs and explosives in commercial vehicles, featuring a robust battery life exceeding 12 hours, military durability standards, and a comprehensive training program accessible online. Interested small businesses must submit their quotes electronically by April 16, 2025, at 2:00 PM EST, to the designated contacts, Marquis Patton and Stephanie R. Woods, with the procurement being a total small business set-aside under NAICS code 334511.

Files
Title
Posted
Apr 2, 2025, 7:04 PM UTC
The document serves as a Request for Proposal (RFP) issued by the federal government outlining compliance clauses and regulatory requirements involved in procurement processes. It includes clauses related to compensation and ethics, such as the treatment of former Department of Defense (DoD) employees, whistleblower protections, and procurement prohibitions concerning telecommunications and materials from certain regions (e.g., Xinjiang). The document emphasizes the importance of unique item identification for delivered goods, detailing requirements for contractors regarding the traceability and documentation of items valued over $5,000. Additionally, it mandates electronic invoicing procedures via Wide Area WorkFlow (WAWF) for payment processing. The RFP encourages participation from varied business categories, including small and disadvantaged businesses, and includes clauses related to certifications and representations that potential contractors must complete. Overall, the document aims to establish a structured framework for the government contracting process, ensuring transparency, compliance with legal standards, and the promotion of equitable business opportunities. This framework reflects the government's commitment to responsible procurement practices while fostering a diverse supplier base.
Apr 2, 2025, 7:04 PM UTC
The 628th Security Forces Squadron at Joint Base Charleston seeks to enhance security through the procurement of six SEEKER Pro systems by DetectaChem for the rapid detection of drugs and explosives in commercial vehicles. Each unit must come equipped with a robust battery that lasts over 12 hours and boasts a lifespan of more than two years. These portable systems require no constant wifi connection and are designed to meet military durability standards (MIL-STD-810G). Included in the purchase are 20 detection cards per system, with the option to acquire an additional 1,000 cards, all maintaining a shelf life of over two years. The systems offer rapid scanning capabilities and include a comprehensive training program, accessible at any time via the DetectaChem website without the need for certified trainers. A one-year warranty is also provided. All systems will be delivered to the police services department at Joint Base Charleston. This RFP reflects a commitment to maintaining enhanced security measures at military installations through advanced technology.
Apr 2, 2025, 7:04 PM UTC
The 628th Contracting Squadron is seeking quotations for explosive detection kits as outlined in Request for Quotation FA441825Q0010. The solicitation includes two items: six DetectaChem SEEKER Pro units and 1,000 detection cards. This federal procurement is designated as a small business set-aside, following the NAICS code 334511, which permits businesses up to 1,350 employees to participate. Interested vendors must submit their offers by 2:00 PM EST on April 16, 2025, via email to the designated point of contact, SrA Marquis Patton. The document lacks specific vendor details, including pricing, warranties, and terms, which prospective bidders are expected to provide upon submission. This initiative demonstrates the government's commitment to maintaining security measures through updated detection technology while supporting small businesses in federal contracting opportunities.
Apr 2, 2025, 7:04 PM UTC
Apr 2, 2025, 7:04 PM UTC
The document outlines a combined synopsis/solicitation (RFQ FA441825Q0010) for the procurement of Explosive Detection Kits at Joint Base Charleston, SC. It represents a total small business set-aside under NAICS code 334511, requiring bids for six DetectaChem SEEKER Pros and 1,000 detection cards according to specified Salient Characteristics. The deadline for quotes is April 16, 2025, with a delivery period of 30 days post-contract. Specific instructions for offerors include submission requirements, adherence to FAR provisions, and a firm-fixed-price procurement approach. The selection process emphasizes evaluating price first, followed by technical capability, ensuring the bid meets all specifications. Offerors must complete FAR 52.212-3 to verify eligibility and must be registered in the System for Award Management. Importantly, the government reserves the right to cancel the solicitation without financial obligation to bidders, highlighting the competitive nature of government procurement processes. This solicitation reflects the government's commitment to acquiring effective security equipment while fostering participation from small businesses.
Lifecycle
Title
Type
SEEKER Pro
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
66--DETECTOR UNIT,CHEMI
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two units of the Detector Unit, Chemi, under solicitation number NSN 6665017032044. This procurement is a total small business set-aside, aimed at acquiring essential detection instruments used in various military applications. The selected vendor will be required to deliver the units to DLA Distribution within 158 days after order, with quotes to be submitted electronically as hard copies will not be available. Interested parties can direct inquiries to the buyer via email at DibbsBSM@dla.mil, and must ensure their quotes are timely to be considered for this opportunity.
Carbon Monoxide detector
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking quotes for the procurement of carbon monoxide detectors through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses under the SBA guidelines, and the selected vendor will provide essential safety equipment that plays a critical role in ensuring the health and safety of personnel in various environments. The response deadline has been extended to April 10, 2025, at 12:00 EST, due to technical issues with the PIEE platform, and interested parties can reach out to Deanna Orona at Deanna.m.orona.civ@army.mil or 910-396-7694, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further information.
JB MDL 2025 Open House Air Show - Weapon Detection System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to provide 21 portable, wire-free weapon detection systems for the JB MDL Open House Air Show scheduled from May 16 to May 18, 2025. The systems must be capable of screening up to 40,000 individuals per hour while maintaining minimal disruption to pedestrian flow and ensuring near-zero false alarm rates. This procurement is critical for enhancing security operations during the event, as the systems will identify high-caliber firearms and mass casualty weapons, while also accommodating mobility aids. Interested contractors, particularly small businesses, must submit their proposals by April 11, 2025, and can reach out to TSgt Nicholas Brown at nicholas.brown.72@us.af.mil or Patrick S. Duff at patrick.duff.5@us.af.mil for further information.
RadEye Products
Buyer not available
The Department of Defense, specifically the Department of the Army, is conducting market research to identify potential sources for the procurement of RadEye brand products manufactured by Thermo Fisher Scientific. The required items include various RadEye kits and components, which must be brand new and come with standard manufacturer warranties, to be delivered within 20 days of order placement. These products are crucial for hazard detection and monitoring, underscoring their importance in defense operations. Interested parties must submit documentation proving their status as authorized resellers, along with relevant product information, by April 11, 2025, at 11:00 a.m. ET, to Blake S. Cromer via email at blake.s.cromer.civ@army.mil.
66--DETECTOR,GAS
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of gas detectors, specifically NSN 6665016456818, with a requirement for nine units to be delivered to DLA Distribution San Diego. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure the availability of critical detection equipment used in various defense applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, vendors can contact the DLA at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
66--DETECTOR,GAS
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of gas detectors, specifically NSN 6665992168147, with a requirement for eight units. The solicitation is classified as a Request for Quotation (RFQ) and aims to fulfill the need for reliable gas detection instruments, which are critical for various defense applications. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
Radiation Detectors for DDSP - CSS SP3300-25-Q-0121
Buyer not available
The Defense Logistics Agency (DLA) is issuing a combined synopsis/solicitation for the procurement of radiation detectors for the DLA Distribution Susquehanna, Pennsylvania. This opportunity, designated as a 100% small business set-aside, aims to acquire specific models of radiation detection devices, including the RadEye, totaling 13 units, with all materials required to meet the provided specifications. The procurement is critical for ensuring safety and compliance with federal regulations regarding hazardous materials detection. Interested contractors must submit their quotes electronically by April 11, 2025, with delivery expected within 45 days after order receipt; for further inquiries, contact Michael French at michael.s.french@dla.mil.
Sources Sought for Walk Through Metal Dectection Systems with Accessories
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking potential sources for the procurement of Walk-Through Metal Detection Systems (WTMD) along with necessary accessories. The primary objective of this procurement is to enhance security at Entry Control Points (ECPs) by providing systems capable of detecting concealed weapons, including handguns and knives, while maintaining a high screening rate of 1,000 individuals per hour and strict false positive rates. These systems are critical for safeguarding personnel and high-value assets against potential terrorist threats, ensuring operational effectiveness in various environmental conditions. Interested businesses are invited to submit a capabilities statement by April 17, 2025, to Meghan Griffiths or Jessica Quell via the provided contact details, with no obligation or cost to the U.S. Government.
DETECTORS/TUBES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources for the procurement of various hazard-detecting instruments and apparatus, specifically under the title "DETECTORS/TUBES." This opportunity is a sources sought notice aimed at identifying potential suppliers capable of manufacturing these items, as the government lacks complete unrestricted technical data and intends to solicit only from approved sources, with DRAEGER, INC. being the sole approved source identified. The anticipated contract will be an Indefinite Quantity Long-Term Contract (IQC) with a base period of three years and two one-year options, and it falls under NAICS code 334511, with a small business size standard of 1,350 employees. Interested suppliers are encouraged to complete the market research questionnaire and provide feedback by the specified deadline to assist in shaping a realistic solicitation. For further inquiries, potential bidders can contact Brandy Warner at brandy.warner@dla.mil or by phone at 614-692-5024.
Revised Shaw AFB Portable Barrier System and Associated Components
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking information from qualified small businesses regarding the provision of a Portable Barrier System and associated components for Shaw Air Force Base in South Carolina. The procurement includes specific requirements such as one Archer T-1000 Drop Deck Trailer or equivalent, eight Archer 1200 Barriers or equivalents, and seven Archer Arrestor Cables of four feet or equivalent, all designed for anti-terrorism purposes. This initiative underscores the government's commitment to enhancing security measures at critical checkpoints with portable, user-friendly solutions that require minimal maintenance and can be rapidly deployed. Interested parties are encouraged to submit their capability statements to Ms. Anna Mallett at anna.mallett@spaceforce.mil and Ms. Mar Rodriguez Martinez at mariadelmar.rodriguezmartinez@us.af.mil, as no questions or offers should be submitted at this time.