DEP Life System
ID: SHOP-PR-25-001932Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONDIVISION 2200 (CIRG)QUANTICO, VA, 22135, USA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due May 4, 2025, 4:59 AM UTC
Description

The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to negotiate a sole source contract with Maxentric Technologies, LLC for the procurement of a Detect Presence of Life (DEP Life) system. This system is designed to detect life in areas that are not visible through conventional methods, offering enhanced portability and ease of use compared to existing market options. The contract will be a firm fixed price agreement, and interested parties may submit their capabilities statements to Contracting Officer Brian Ames via email by 11:59 PM on May 3, 2025, to express their interest in this requirement. This opportunity is set aside for small businesses under the SBA guidelines, and the place of performance will be in Quantico, Virginia.

Point(s) of Contact
No information provided.
Files
No associated files provided.
Lifecycle
Title
Type
DEP Life System
Currently viewing
Special Notice
Similar Opportunities
Ellisys USB Protocol Analyzer - INTENT TO SOLE SOURCE
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole-source contract for the acquisition of an Ellisys USB Protocol Analyzer to support its Operational Technology Division. This specialized device must emulate various USB functions, support USB Spec version 3.1, and facilitate high-speed device communication, which is critical for ongoing development and sensitive investigations. The FBI has justified the limited competition due to the unique characteristics of the device, which enhance its utility in sensitive environments, and is committed to exploring broader vendor options for future acquisitions. Interested parties should contact Jennifer Frederick at Jwfrederick@fbi.gov by April 18, 2025, to express their interest, and must be registered in the SAM system to be eligible for the contract.
Mail and Package Tracking System
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals from small business vendors for a Mail and Package Tracking System to enhance its logistical operations. The system will replace an outdated tracking solution at three locations, including the Cheverly Warehouse and FBI Headquarters, and must feature LTE-enabled handheld devices, customizable tracking capabilities, and integration with the FBI’s existing infrastructure. This procurement is crucial for improving the efficiency and security of mail and package handling within the agency. Interested parties must submit their quotes by April 14, 2025, and can contact Contracting Officer Travis Haefler at thaefler@fbi.gov for further information. The contract is expected to span from September 2025 to August 2030, with a firm-fixed-price structure.
Notice of Intent to Sole Source- Atlas Ascender Maintenance
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to establish a sole source contract with Atlas Devices LLC for preventative and corrective maintenance on six auto-ascenders. This acquisition is critical as these life safety devices are essential for the safe movement of personnel and equipment in high-angle and maritime environments, and Atlas Devices is the sole manufacturer authorized to perform this maintenance. Interested parties are encouraged to express their interest to Holly Cloud via email by April 14, 2025, as this notice is published solely on Sam.gov, and vendors must be registered in the System for Award Management (SAM) to be eligible for contracts.
Intent to Sole Source - BAS
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to procure maintenance services for the Albireo Building Automation System (BAS) at the FBI Academy in Clarksburg, West Virginia. This sole-source contract is justified under 41 U.S.C. §3304(a)(1) due to the proprietary nature of Albireo's technology and the specialized expertise required for services such as operator coaching, preventative maintenance, system backup, and emergency support, which only certified Albireo technicians can provide. The FBI has conducted market research confirming the absence of alternative qualified vendors, emphasizing the importance of maintaining operational integrity and security for its facility management systems through exclusive reliance on trained personnel. Interested parties must submit responses demonstrating competitive advantages by 2:00 pm EST on April 23, 2025, to the primary contact, Logan Swiger, at lswiger2@fbi.gov, or the secondary contact, Jamie Melzer, at jlmelzer@fbi.gov.
Intent to Sole Source
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to award a sole-source contract to State Electric Supply Company for ABB Electrical Equipment Maintenance and Emergency Services at the CJIS Campus in Clarksburg, West Virginia. This procurement is justified by the unique qualifications of ABB as the Original Equipment Manufacturer (OEM) for the electrical equipment at the campus, which requires specialized maintenance protocols and expertise that only factory-authorized engineers can provide. The contract will span five years, including one base year and four one-year options, focusing on preventive and emergency maintenance for critical power distribution systems essential to the operational integrity of the CJIS facilities. Interested parties may submit responses or inquiries demonstrating competitive advantages by 4:00 PM EST on April 18, 2025, to the Contracting Officer, Logan Swiger, at lswiger2@fbi.gov.
Starlink Hardware and Service
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking vendors capable of supplying Starlink mini dishes and associated service as part of a Request for Information (RFI). The objective is to identify qualified suppliers who can provide the necessary hardware and a data subscription plan that ensures reliable internet connectivity during operations at various incident scenes. This procurement is crucial for enhancing the FBI's operational readiness through advanced technological solutions. Interested companies must submit their qualifications and pricing structures by 1:00 PM CT on April 22, 2025, and can direct any questions to Brian Ames at bames@fbi.gov by April 8, 2025. It is important to note that this RFI is not a solicitation for proposals or quotes.
3-DIMENSIONAL LIGHT DETECTION AND RANGING
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from qualified vendors regarding 3-Dimensional Light Detection and Ranging (LiDAR) technology for its Evidence Response Team Unit (ERTU). The objective of this Request for Information (RFI) is to gather insights that could enhance the documentation of crime scenes and improve investigative techniques through advanced LiDAR capabilities. LiDAR technology is crucial for accurately capturing and modeling crime scenes, offering significant advantages over traditional methods that can be labor-intensive and prone to errors. Interested parties should submit their responses, including company information and capability evidence, by mid-August 2025. For further inquiries, contact Adelle Bolton at albolton@fbi.gov.
D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Callyo 2009 Corp for specialized mobile device application software designed for field agent investigations. This software will enable agents to utilize temporary phone numbers and remotely monitor undercover calls, ensuring secure communication during investigations. The procurement is critical for enhancing law enforcement capabilities within the agency, as it provides essential tools for recording and monitoring conversations with cooperating witnesses. Interested parties may express their interest and capability to respond to this requirement by April 13, 2025, with inquiries directed to Melissa Niemi at melissaniemi@fws.gov.
Concealment and Tactical Holsters
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of concealment and tactical holsters intended for use by its agents. The FBI seeks to award up to two Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, each lasting five years, which includes one base year and four option years, with a total anticipated contract value of approximately $4.9 million. These holsters must meet specific design requirements for Glock 17M and Glock 19M firearms, emphasizing durability and compliance with strict specifications, including retention mechanisms and quality control standards. Interested small businesses are encouraged to submit their proposals, including samples, by the specified deadlines, and can direct inquiries to Brian Ames at bames@fbi.gov.
Overt Armor Kit
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of Overt Armor Kits (OAK), which include ballistic-resistant soft body armor and various accessories designed to enhance the safety of federal law enforcement personnel in high-threat environments. The procurement aims to provide reliable protective gear that meets the National Institute of Justice (NIJ) ballistic resistance standards, ensuring that both male and female agents are adequately equipped. This contract will be structured as a Firm Fixed Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) with a maximum value of $61 million over a potential five-year period, emphasizing the importance of quality, timely delivery, and compliance with environmental standards. Interested vendors should contact Holly Cloud at hcloud@fbi.gov for further details and are encouraged to submit their proposals, including pricing and specifications, by the specified deadlines.