Modular Mobile Surveillance System (M2S2)
ID: 2026-CBP-M2S2Type: Presolicitation
Overview

Buyer

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

NAICS

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

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking proposals for the Modular Mobile Surveillance System (M2S2) to enhance its land surveillance capabilities for detecting and tracking unlawful border activities. The M2S2 will be a mobile surveillance asset integrated into a commercially available 4x4 vehicle, requiring features such as persistent surveillance, autonomous operation, and interoperability with existing CBP systems. This procurement is critical for improving border security operations and is expected to be solicited on GSA eBuy, with the solicitation potentially released in the second quarter of FY 2026. Interested vendors must have their M2S2 system on a GSA schedule and can submit questions or comments regarding the draft Statement of Work by November 10, 2025, to USBPPMODM2S2@cbp.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file details system requirements for the M2S2 (Mobile Surveillance System) project, covering functional, environmental, and modularity objectives. The document outlines 271 functional requirements, including detection, identification, tracking, autonomy, communication, usability, security, and interoperability. It specifies performance capabilities, such as detection ranges, tracking speeds, and data processing times, along with evidence of compliance (Tested, Analysis, Demonstrated, Inspected). The file also lists 21 environmental conditions the system must withstand, like extreme temperatures, humidity, sand, dust, salt fog, and various terrains. Additionally, it presents 13 optional modularity objectives, focusing on UAS detection, vessel detection, enhanced autonomy, additional equipment configurations, system integration with CBP systems, future sustainment, and system adaptation. Contractors are required to indicate compliance, performance capabilities, and evidence of system compliance for each requirement.
    The U.S. Border Patrol (USBP) is seeking a Modular Mobile Surveillance System (M2S2) to enhance land surveillance capabilities for detecting, identifying, classifying, and tracking individuals, groups, and conveyances engaged in unlawful border activities. This Statement of Work (SOW) outlines the requirements for the M2S2, which will be a mobile surveillance asset integrated into a commercially available 4x4 vehicle. Key requirements include persistent surveillance (8-16 hours), autonomous operation with real-time alerts, detection range of 2-5 miles, and the ability to track objects moving at 0-75 mph. The system must feature an open architecture for interoperability with other CBP systems, modularity for sensor integration, and secure remote operation. The SOW covers M2S2 unit delivery, program management, engineering support, extensive testing and evaluation, operator and maintainer training, a 12-month warranty, and comprehensive maintenance and logistical support. The contractor is responsible for providing all necessary supplies and services, including authentic CISCO hardware for network connectivity and ensuring compliance with federal radio regulations. The M2S2 aims to adapt to shifting threat patterns, operate day and night in diverse terrains, and provide real-time intelligence to field agents and command centers, significantly enhancing border security operations.
    The government is soliciting innovative and commercially available solutions for its M2S2 modularity objectives, focusing on capabilities not currently known to the government. These optional objectives will be considered in the overall evaluation. Bidders must describe M2S2 capabilities that detect, identify, and track various UAS types (RF Group 1 & 2, Non-RF, Ultralight) with high accuracy, suitable for cueing counter-UAS systems. They must also detail M2S2 capabilities for detecting, tracking, and reporting on vessels, including detection range and performance under various weather conditions. Autonomous detection and reporting for UAS, vehicles, vessels, and other IoIs under different environmental factors are also required. The solicitation seeks descriptions of additional equipment configurations beyond integrated truck platforms, including trailer and mobile tower solutions, with extended power and mast options. Bidders should also outline command and control solutions that integrate with CBP systems, system integration capabilities for meshing with other M2S2 units and USBP systems, and system design and data for transitioning to organic or third-party logistics sustainment. Finally, the proposal requests information on M2S2 adaptability to other command and control and Common Operational Picture systems, and any additional modularity capabilities deemed of interest to the government.
    The United States Border Patrol's Modular Mobile Surveillance System (M2S2) Program outlines a comprehensive set of deliverables from the contractor, covering logistics, program management, manufacturing, and systems engineering. Key deliverables include various training materials (Operator, Train-the-Trainer, Maintenance), user and maintenance manuals, and critical logistics documents such as the Integrated Contractor Support Plan, Transition Plan, Spares and Consumables List, and Support Equipment and Tools Listing. Programmatic requirements encompass a Manufacturing Plan and Monthly Status Reports. Each deliverable is detailed with its purpose, submittal dates, and preparation instructions, ensuring the contractor provides thorough documentation and support for the M2S2 system throughout its lifecycle, from initial deployment to long-term sustainment and eventual transition to government maintenance.
    This government document, likely an addendum or clarification within an RFP or similar procurement process, states that all government responses to questions or comments will be publicly posted on Sam.gov for all vendors to access. It also explicitly notes that the government reserves the right to choose whether or not to respond to questions or comments received. The document's structure, with placeholders for 'Document Section' and 'Page Number,' suggests it is a formal communication related to public sector solicitations.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    MQ-9 Unmanned Aircraft Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is planning to issue a Sole Source Contract Modification to General Atomics Aeronautical Systems, Inc. for the procurement of up to eleven MQ-9 Unmanned Aircraft Systems. This contract modification aims to increase the contract ceiling and extend the performance period by an additional 12 months, from October 1, 2026, to September 30, 2027, to support anticipated aircraft deliveries and ongoing operational and maintenance services for the existing UAS fleet. The MQ-9 systems are critical for enhancing the DHS's mission capabilities in border security and surveillance operations. Interested parties are encouraged to express their interest and capabilities in writing to Brenda Mealer at brenda.mealer@cbp.dhs.gov prior to the closing date of this notice, as this is not a request for proposals or bids.
    Motor Vehicle Operationalize RFI
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking information through a Request for Information (RFI) regarding motor vehicle operationalization (upfitting) services for law enforcement vehicles. The objective is to gather insights from industry experts on commercially available upfit options that align with CBP's specialized law enforcement operations, which include the integration of essential equipment such as lights, sirens, communication systems, and weapon storage. This initiative is crucial for enhancing the acquisition strategy and improving the efficiency and safety of law enforcement vehicle transformations. Interested vendors are invited to submit their responses by December 12, 2025, at 5:00 PM EDT, and can direct inquiries to Antwanette R. Boone-Murphy or Lloyd A. Burton via the provided contact information.
    Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the Counter-Unmanned Aircraft Systems (C-UAS) Combined Synopsis/Solicitation, identified as RFP No. 70RDA226R00000001. This procurement aims to establish a Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract, with a maximum ceiling of $1.5 billion, to provide C-UAS capabilities that address the evolving threats posed by unauthorized unmanned aircraft systems. The contract is divided into two tracks: Track 1 focuses on Hardware/Software and Ancillary Services, while Track 2 encompasses Comprehensive Services, including turnkey solutions and system integration. Interested parties must submit their proposals by December 8, 2025, and can direct inquiries to Leslie Kenser at Leslie.Kenser@hq.dhs.gov or Bjorn Miller at bjorn.miller@hq.dhs.gov for further information.
    F550 Retrofitting
    Buyer not available
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.
    Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking sources for an Airborne Anti-Terrorism/Border Security Signals Intelligence (SIGINT) system intended for Foreign Military Sales (FMS) to Egypt. The procurement aims to identify qualified vendors capable of providing a SIGINT system that can detect, geo-locate, and intercept various communication devices, including push-to-talk radios, satellite phones, and cellular phones, all while mounted on an aircraft operating at altitudes up to 7,000 meters. This system is crucial for enhancing border security and anti-terrorism efforts for partner nations. Interested parties must submit their capabilities and Rough Order of Magnitude (ROM) pricing by 4:00 p.m. Eastern Standard Time on December 18, 2025, to the primary contact, Thien-Trang T. Tran, at thien-trang.t.tran.civ@army.mil.
    M4 Rifle and Parts (5.56x45mm NATO)
    Buyer not available
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking information from manufacturers and distributors regarding the procurement of M4-style rifles, parts, and accessories, as well as armorer training. The objective is to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to augment or replace existing rifles used for duty and training, ensuring compatibility with MILSPEC standards and addressing specific performance requirements outlined in the draft Statement of Work. These rifles and parts are critical for law enforcement operations, and the contract may also be utilized by other federal agencies. Interested parties should direct inquiries to John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov, and note that this Request for Information (RFI) is for planning purposes only, with no commitment to issue a Request for Proposal (RFP) at this time.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    Soft-Sided Facilities and Wrap-around Services
    Buyer not available
    The Department of Homeland Security, specifically the Customs and Border Protection (CBP), is seeking to modify an existing Blanket Purchase Agreement (BPA) for the provision of soft-sided facilities and wrap-around services. The procurement aims to expand existing facilities by providing comprehensive services, including intake processing, meal services, janitorial services, security, and necessary infrastructure support such as plumbing and video surveillance systems. These services are critical for the effective operation of administrative facilities that support CBP's mission. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further details regarding this opportunity.
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Buyer not available
    The U.S. Customs and Border Protection (CBP) is seeking qualified vendors to provide ballistic shields for its Law Enforcement Safety & Compliance (LESC) Directorate. The procurement involves a Request for Quotes (RFQ) for high-quality, lightweight ballistic shields, which must meet specific technical requirements, including compliance with ASTM International Standards and a 10-year ballistic warranty. These shields are critical for ensuring the safety of law enforcement personnel in various operational environments. Interested parties should note that the due date for submissions has been extended to March 6, 2026, at 2 PM ET, and that contract awards are contingent upon the availability of funds. For further inquiries, vendors can contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov or John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov.