70B04C24C03 – Smiths Detection Inc – Notice of Intent
ID: 70B04C24C03Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTION

NAICS

Electronic and Precision Equipment Repair and MaintenanceT (81121)

PSC

IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Output, Productivity Tools (Labor) (DE01)
Timeline
    Description

    Special Notice: Homeland Security, Department of - Smiths Detection Inc - Notice of Intent

    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 Smiths Detection Inc. This contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment.

    The equipment provided by Smiths Detection Inc detects illicit material and radiological threats attempting to enter or exit the borders. It is crucial for ensuring the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Smiths Detection Inc is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs.

    The contract will be awarded no later than August 30, 2024. For any questions, please contact the following team members via a group email:

    The place of performance for this contract is Ashburn, Virginia, United States. Smiths Detection Inc, located in Edgewood, Maryland, is a provider of technically complex and high-value inspection and detection equipment systems used by CBP to secure land border crossings, airports, seaports, rail crossings, mail handling, and express cargo consignment facilities within the United States and participating countries.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    70B04C24C01 – Leidos Inc. – Notice of Intent
    Active
    Homeland Security, Department Of
    Notice of Intent: Homeland Security, Department of - Leidos Inc. 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 Leidos Inc. The contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, including supplies, parts, and services. The equipment is used to detect illicit material and radiological threats attempting to enter or exit the borders. It is crucial for the systems to be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Leidos Inc. is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded by August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States.
    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.
    70B04C24C02 – RAPISCAN SYSTEMS INC – Notice of Intent
    Active
    Homeland Security, Department Of
    Notice of Intent: Homeland Security, Department of intends to award a firm fixed price (FFP) sole source single contract to RAPISCAN SYSTEMS INC for the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment. This equipment is used to detect illicit material and radiological threats attempting to enter or exit the borders. The systems must be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation. RAPISCAN SYSTEMS INC 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, contact Monica Y. Watts at monica.y.watts@cbp.dhs.gov.
    70B04C24C20140612 – Notice of Intent - Raytheon Company
    Active
    Homeland Security, Department Of
    Notice of Intent - Raytheon Company The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to solicit and award a firm fixed price (FFP) sole source single contract award to Raytheon Company. The contract is for Cellular Over-the-Horizon Enforcement Network (COTHEN) support services. COTHEN is a multi-agency, voice communication network that encompasses remote command and control systems, airborne and marine mobile systems, and many special-purpose ancillary systems, controlled by software and network switching technology. The system is frequency adaptive and employs upgraded AES 256, type three (3) voice encryption. Raytheon Company is uniquely qualified as the only one responsible source and no other supplies or services will satisfy agency requirements source with the expertise to perform the software upgrades, equipment maintenance, and services required to support the proprietary software and equipment used on COTHEN. No other service or equipment will meet the Government's needs. This contract will be awarded by no later than August 20, 2024. For questions, please contact the following team members via a group email: Contract Specialist - Debbie Dean (debbie.d.dean@cbp.dhs.gov) and Contracting Officer - John Marschall (john.d.marschall@cbp.dhs.gov).
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    Notice of Intent to Sole Source - Concrete Blocks Barrier
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), intends to issue a sole source contract to Thurston and Wong LLC for the provision, delivery, and installation of 238 “Jumbo Block” concrete vehicle barriers at the Fort Fairfield Station in Easton, Maine. This procurement aims to address a significant 250% increase in illegal vehicle incursions along the U.S.-Canada border, particularly through Nicholson Road, which is exploited by Transnational Criminal Organizations. The barriers are critical for enhancing national security and will be installed within 60 days of order placement, ensuring minimal disruption to local agricultural activities. Interested contractors who believe they can meet the requirements are encouraged to submit a capabilities statement to the contracting officer, Michael Hall, at Michael.a.hall@cbp.dhs.gov by the specified response deadline.
    Notice of Intent to Sole Source - Covidence Oculus 5 Equipment
    Active
    State, Department Of
    The Department of State (DOS) intends to award a sole source contract for Covidence Oculus 5 equipment to GANS & PUGH ASSOCIATES INC, as part of its efforts to enhance technical surveillance capabilities within the Bureau of Diplomatic Security. This procurement aims to acquire specialized equipment integral to the Computer Investigations and Forensics Division, which supports criminal investigations through advanced technical surveillance tools. The detailed inventory includes various components such as cameras, lenses, concealment jigs, and operational software, all tailored for effective surveillance operations. Interested parties may submit written responses to Sara Marron at MarronSM2@state.gov by September 17, 2024, at 1:00 PM ET, to demonstrate their capability to meet the requirements outlined in this notice.
    Outrider Receiver System
    Active
    Justice, Department Of
    The Drug Enforcement Administration (DEA) intends to negotiate a sole source procurement for an Outrider Receiver (ISR) system from Xone Technology, which specializes in providing precise geolocation capabilities for RF emissions. This procurement is critical for the DEA's operations, as the proprietary technology offered by Xone Technology is uniquely suited to meet the agency's specific requirements. The acquisition will be conducted under the FAR Part 13 "Simplified Acquisition Procedures," with a firm fixed-priced purchase order anticipated. Interested vendors may submit capability statements by September 26, 2024, at 10:00 AM EST, to Lisa Taylor at Lisa.Taylor2@dea.gov, as this notice does not constitute a request for competitive quotations.
    Notice of Intent to Sole Source - Bloomberg Government Subscription
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) intends to award a sole source contract for a Bloomberg Government subscription to support its Science and Technology Directorate (S&T). This procurement aims to provide access to essential scientific journals and databases, which are critical for the S&T divisions to maintain their research capabilities and technological advancements. The subscription will include monthly usage reports and trend analyses, with the contract expected to span a 12-month base period and four additional 12-month options. Interested parties who believe they can meet the requirements are encouraged to contact Danette Williams at danette.williams@hq.dhs.gov by 12:00 noon EST on September 26, 2024, for further inquiries.
    YORKIE PRO CELL PHONE DETECTORS
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, intends to issue a sole source contract for the procurement of four Yorkie Pro handheld wireless intrusion detection systems from LOTUSUSA INC, a SBA Certified Women-Owned Small Business. This acquisition is aimed at enhancing security measures, as these systems are critical for detecting unauthorized access and ensuring safety in sensitive environments. Interested parties are encouraged to respond within two calendar days of this notice if they can provide comparable items that would be more advantageous to the government. For further inquiries, interested vendors may contact Laura Martinez at laura.a.martinez10.civ@us.navy.mil or Chelsea McNeely at chelsea.n.mcneely.civ@us.navy.mil.