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
    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
    NOI to Sole Source for NVG Repair
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source contract with L3 Harris Technologies, Inc. for the repair of night vision goggles (NVG) previously acquired by the agency. The contract is necessary as L3 Technologies is the sole manufacturer of the specific NVG model and is uniquely qualified to perform the required repairs. These NVGs are critical for various law enforcement and operational activities, underscoring the importance of maintaining their functionality. Interested parties may express their capabilities by contacting Beanchor M. Liggins via email at bmliggins@fbi.gov by 9 AM CT on January 9, 2026, as this notice is not a request for competitive quotations.
    Basic Unmanned Aerial System
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from potential vendors regarding the procurement of a Basic Unmanned Aerial System (UAS), specifically a ruggedized, backpack portable quadcopter. The UAS must meet specific requirements, including a minimum flight time of 30 minutes, compliance with the National Defense Authorization Act (NDAA), an Ingress Protection rating of IP53 or better, video recording capabilities, and an integrated Ground Control Station with a display, all within a target price of $12,000 or less. This initiative is crucial for enhancing the FBI's operational capabilities, and interested parties are invited to submit capability statements by December 23, 2025, and direct any questions to Brian Ames at bames@fbi.gov by December 10, 2025.
    Casecracker Onyx Software
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking a contractor for the maintenance of the CaseCracker Onyx Interview Recorder Management System (IRMS) software. This procurement involves providing maintenance services for 110 units on a firm-fixed price basis for a period of three months, commencing on March 2, 2023. The CaseCracker Onyx software is critical for managing interview recordings, thereby supporting the FBI's operational efficiency and productivity. Interested parties can reach out to Joe Spatafore at Jspatafore@fbi.gov for further details regarding this opportunity.
    Alford Technologies Tools
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking authorized resellers to provide specific brand-name tools from Alford Technologies, including Bootbangers, Bottlers, DemiMods, Modular Large Vehicle Disruptors (MLVDs), and MajorMods. This procurement is a total small business set-aside under FAR Part 12, intended to result in a one-time, firm-fixed price purchase order, with all items required to be new and delivered to Redstone Arsenal, Alabama, by March 24, 2026. The tools are essential for the FBI's Critical Incident Response Group (CIRG) operations, emphasizing the importance of reliable and specialized equipment in critical situations. Interested vendors must submit their quotes by December 16, 2025, at 10:00 AM CT, and direct any questions to Keri Matthews at kcmatthews@fbi.gov by December 15, 2025, at 10:00 AM CT.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    Life Technologies AB Assurance Maintenance Warranty Plan
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide a Life Technologies AB Assurance Maintenance Warranty Plan for the U.S. Army Criminal Investigation Laboratory (USACIL) and the Forensic Exploitation Department (FXD). This non-personnel services contract requires annual preventive maintenance and repair of Life Technology instruments, ensuring compliance with FBI Quality Assurance Standards and ISO 17025 for effective DNA processing. The contractor will be responsible for all necessary personnel, equipment, and supplies, while the government will provide certain facilities and materials. Interested parties can contact Maria Campbell at maria.campbell14.civ@army.mil or Tia Harris at tia.j.harris.civ@army.mil for further details. The contract is set to commence on January 1, 2026, and run through December 31, 2026.
    RFP - Medical Evaluations and Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Medical Evaluations and Services. This contract aims to provide professional occupational health services through a nationwide patient physician network, ensuring medical examinations and related services for current and prospective FBI employees in support of the agency's global mission. The contract will span a base year of 12 months, with four additional option years and a potential six-month extension, emphasizing compliance with federal regulations and security standards. Interested contractors should direct inquiries to Robert Shifflet at rtshifflet@fbi.gov or Robert Bruce at rbruce@fbi.gov, with proposals due by January 14, 2026.
    Notice of Intent to Sole-Source to Cherry Engineering
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole-source contract with Cherry Engineering, Inc. for the procurement of Disruptors for Explosive Ordnance Disposal (EOD) training. This contract is necessary to ensure continuity in training with devices that utilize proprietary technology, which are exclusively developed and manufactured by Cherry Engineering and are also used by other agencies, including the FBI. The contract will be a firm fixed price agreement, and interested parties can reach out to Holly Cloud at hcloud@fbi.gov for further inquiries. The place of performance for this contract will be Redstone Arsenal, Alabama.
    FBI Police Uniforms
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity is a total small business set-aside for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance and operational effectiveness among FBI personnel, requiring contractors to provide both brand-name and "brand name or equal" items, as well as local tailoring services within a 50-mile radius of FBI headquarters in Washington, D.C. Interested vendors must submit their proposals, including samples, by January 9, 2026, at 5:00 PM ET, and can direct inquiries to Ricardo Tiggle at rtiggle@fbi.gov.
    X10 Drone Multi-Viewer Live Streaming
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source purchase order for Skydio Multi-Viewer Live Streaming services for X10 Drones to Skydio, Inc. This procurement is necessary due to the proprietary nature of Skydio's software, which is essential for enabling the video streaming capabilities of their drones, making them the only available source for this requirement. The total value of the acquisition is $84,000, covering the period from October 1, 2025, to October 1, 2026, and interested vendors may submit capability statements to the primary contact, Robert Radke, at robert.j.radke@dea.gov, by the specified archive date. This notice serves as a special notice and is not a request for competitive quotations, as the government reserves the right to determine the necessity of competition based on the responses received.