Non-Intrusive Inspection (NII) Common Integration Platform (CIP) Software
ID: 70B04C25R00000011Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONINFORMATION TECHNOLOGY CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Software Publishers (513210)

PSC

IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE) (7A21)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking proposals for the development and maintenance of a Non-Intrusive Inspection (NII) Common Integration Platform (CIP) software. This procurement aims to enhance border security by integrating various NII systems with CBP's existing IT infrastructure, facilitating improved data sharing and operational efficiencies in the inspection of cargo and individuals. The initiative is critical for optimizing border security operations while ensuring compliance with federal regulations and enhancing the flow of legitimate trade. Interested vendors should note that proposals are due by January 15, 2025, with an estimated contract value between $5 million and $10 million, and can contact Nicholas Martinelli at nicholas.martinelli@cbp.dhs.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a Past Performance Questionnaire (PPQ) for companies bidding on a U.S. Customs and Border Protection (CBP) solicitation for a Non-Intrusive Inspection (NII) Common Integration Platform (CIP) with a Common Viewer (CV). It stresses the importance of past performance evaluations in the bidding process, directing evaluators to provide honest assessments that will inform the procurement decision. It includes sections for general contractor information such as name, contract number, and type of work, followed by an evaluation section that assesses the contractor's performance based on quality, schedule adherence, cost control, and management. Each performance factor is rated on an adjectival scale ranging from "Exceptional" to "Unsatisfactory," encouraging evaluators to provide detailed feedback on strengths and weaknesses. The questionnaire concludes with a certification section requiring the evaluator's signature and affirmation of the accuracy of the provided information. This form is crucial for evaluating contractor capabilities in ensuring operational success in future projects, enhancing decision-making based on documented past performances.
    The document outlines the combined synopsis/solicitation for a request for proposal (RFP) identified as 70B04C25R00000011, aimed at acquiring commercial products related to a Common Integration Platform License and Viewer, as part of a federal contract. The solicitation is unrestricted, targeting software publishers under NAICS code 513210, with a small business size standard set at $47 million. Delivery is scheduled for April 1, 2025, in Ashburn, VA. Offerors must submit proposals by January 15, 2025, with inquiries due by December 20, 2024. The contract has a base year, followed by four option years, detailing quantities and costs for licenses and travel expenses. Various federal acquisition provisions and clauses are applicable, including prohibitions against contracting certain telecommunications and video surveillance products from Kaspersky Lab, Huawei, and ZTE, as well as compliance requirements under the Federal Acquisition Supply Chain Security Act. The evaluation criteria prioritize technical capability and past performance over price. Offerors must comply with representations and certifications, confirming no violations of federal procurement regulations. This RFP illustrates the government's commitment to fair competition while adhering to security protocols concerning sensitive technologies.
    The U.S. Customs and Border Protection (CBP) is seeking contractors to provide Non-Intrusive Inspection (NII) capabilities through the Common Integration Platform (CIP) and Common Viewer (CV). This initiative aims to enhance border security by efficiently integrating various NII technologies, such as X-ray systems, within CBP’s existing IT infrastructure. The project encompasses data aggregation, secure transfer, and analysis of large quantities of inspection data to improve operational efficiencies and facilitate legitimate trade. The scope includes providing engineering support, technical documentation, training, and management services to meet compliance with federal security standards and ensure proper integration among diverse systems. The contractor must maintain data security, comply with IT regulations, and ensure robust collaboration with other federal agencies. Deliverables involve comprehensive documentation, project management plans, and training resources, with performance benchmarks and clear timelines. Overall, this RFP reflects the government's commitment to leveraging advanced technology to secure borders without hindering commerce, emphasizing innovation and agglomeration of data across CBP operations.
    The NII-I Common Integration Platform (CIP) Functional Requirements Document outlines the requirements for a CIP that integrates data visualization and management for the Customs and Border Protection (CBP) Non-Intrusive Inspection (NII) systems at various Points of Entry (POEs). The platform will enhance scanning efficiency, threat detection, and support an integrated workflow among law enforcement personnel. Key functionalities include interoperability with existing CBP applications, secure real-time data transmission to the cloud, centralized image analysis, and remote monitoring. Additionally, the document addresses assumptions and constraints regarding network availability, compliance with security directives, and the necessity of role-based access control using Personal Identity Verification (PIV) cards. The methodology used for determining these requirements involves a Model-Based Systems Engineering approach, with significant stakeholder engagement. Core aspects include system availability of 99.99%, response time of under two seconds for user commands, and maintaining material reliability of over 1,000 hours of mean time between failures (MTBF). This document serves as a comprehensive guide for developing a robust data management and analysis system aimed at improving border security operations while ensuring compliance with stringent regulations.
    The document outlines the deployments of Licensed Electronic Processing (LEP) and Mobile Electronic Processing (MEP) systems across various ports and crossings in the United States. Each entry specifies the vendor responsible for the deployments, the number of units deployed, and whether the deployment is in primary or secondary zones. Key locations include several points along the U.S.-Mexico border, such as El Paso and Laredo, along with other locations like Brownsville, Calexico, and San Ysidro. The deployment information indicates a robust operational effort to enhance border security and facilitate customs processing, featuring multiple vendors like Rapiscan, Astrophysics, and Leidos. The detailed inventory reflects the government's commitment to efficient cargo and border control operations, utilizing advanced technology for inspection purposes. This summary emphasizes the nature of the document as a report on the federal government's strategic deployment of technological resources across key border crossings, illustrating ongoing efforts to improve safety and processing efficiency in alignment with federal mandates and local needs.
    The document contains an acronym list related to the Non-Intrusive Inspection (NII) and Common Integration Platform (CIP) for U.S. Customs and Border Protection (CBP). It defines key terms and entities important for understanding processes and systems pertaining to border security and management. Notable acronyms include ATO (Authorization to Operate), DHS (Department of Homeland Security), RFP (Request for Proposal), and IT (Information Technology). The list facilitates clarity in communications regarding federal initiatives, guidelines, and regulations that govern operations and technology use within CBP. By providing a comprehensive understanding of terms, the document serves as a reference for professionals engaged in federal grants and state/local RFPs, enhancing inter-agency cooperation. It highlights the significance of standardized terminology within federal collaborations to streamline efforts related to customs enforcement and technological integration.
    The U.S. Customs and Border Protection (CBP) has issued a Statement of Work (SOW) for the Non-Intrusive Inspection Common Integration Platform (NII CIP) to enhance border security through improved data integration and operational efficiencies. The NII CIP contract will facilitate data sharing between various Non-Intrusive Inspection systems and CBP’s IT infrastructure, aiming to decrease processing times for examining cargo and individuals while maintaining the flow of legitimate trade. Key components of the project include a Common Integration Platform (CIP) and a Common Viewer (CV) that enables CBP personnel to analyze X-ray images in real time. Responsibilities under this contract encompass providing technical and management support, ensuring compliance with security regulations and IT standards, developing documentation, and facilitating collaboration among different entities. The SOW outlines critical requirements, such as rigorous IT security measures, adherence to the Systems Engineering Life Cycle, and effective training for contractor staff. The objective is to ensure integrated and efficient operations at land ports of entry, enhancing America's capacity to safeguard its borders against illicit threats while supporting lawful trade and travel processes.
    The U.S. Customs and Border Protection (CBP) Non-Intrusive Inspection (NII) Program seeks contractors to develop and sustain the Common Integration Platform (CIP) and Common Viewer (CV) systems. These initiatives aim to enhance border security by integrating data from various non-intrusive inspection technologies to support faster and more effective screening of cargo and individuals at border checkpoints. The comprehensive Statement of Work outlines requirements for system integration, cybersecurity compliance, and operational training. Key components include facilitating data transfer, ensuring real-time access to X-ray imagery, automating maintenance processes, and maintaining communication with various stakeholders. The project also emphasizes adherence to DHS directives, accessibility laws, and risk management protocols to support effective program management and support services. This initiative aligns with CBP's strategic goals to enhance operational efficiencies while safeguarding national security.
    The U.S. Customs and Border Protection (CBP) is soliciting a contract for the development and maintenance of a Non-Intrusive Inspection Common Integration Platform (NII CIP) and Common Viewer (CV) to enhance border security. This initiative is part of the NII Program, which employs advanced technology to inspect cargo and individuals efficiently, thereby reducing processing times at land border ports of entry. The scope includes acquiring software licenses and support services to enable seamless integration of various NII systems and facilitate data sharing among CBP's existing IT infrastructure. The Contractor will be responsible for providing technical and management support services, ensuring compliance with critical requirements such as IT security, system interoperability, and accessibility for individuals with disabilities. Key deliverables include documentation for project management, configuration, and risk management, as well as regular performance reports. The document outlines various requirements for the deployment and operation of the NII CIP and CV, focusing on integration, system maintenance, and collaboration with other agencies. Overall, this contract is vital for strengthening CBP's capabilities in managing border security and improving operational efficiency, paving the way for a comprehensive approach to addressing transnational criminal activities.
    The document pertains to inquiries made regarding the Customs and Border Protection (CBP) process within the realm of federal requests for proposals (RFPs) and grants. It systematically addresses specific questions raised, referencing particular sections of the documents, page numbers, and paragraphs for clarity. Each question is matched with a comprehensive response from CBP, aiming to clarify the requirements and expectations tied to the RFPs. The responses not only address procedural specifics but also outline compliance expectations and potential project scope, thereby guiding entities interested in submitting proposals. The structure of the document facilitates clear navigation through questions and responses, thus improving understanding of the proposal process. This approach is indicative of a transparent framework, aimed at ensuring all interested stakeholders are well-informed and can align their submissions accordingly. Overall, the delineated questions and responses serve to demystify the CBP RFP process, ensuring clarity and promoting fair competition among proposers.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Level III Small Unmanned Aircraft Systems
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting market research through a Request for Information (RFI) for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) operational capabilities. The RFI seeks to identify vendors capable of providing sUAS that meet specific technical requirements, including FAA compliance, autonomy, AI integration, and interoperability with existing systems, while focusing on Group 1 and/or 2 weight classes (≤ 20 – 55 lbs.). This initiative is crucial for improving tactical field operations and ensuring effective border security measures. Interested vendors must submit their responses, including a white paper detailing their capabilities, by December 12, 2025, and can direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    Virtualization Infrastructure Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking qualified contractors to provide virtualization infrastructure support aimed at replacing its current VMware environment. The project focuses on modernizing the virtualization infrastructure to create a robust, scalable, and cost-effective platform that supports multi-cloud operations and advanced automation capabilities. This initiative is critical for enhancing operational efficiency and security, requiring compliance with federal regulations, including supply chain integrity and two-factor authentication for global access. Interested parties should contact Dawn Ford at dawn.m.ford@cbp.dhs.gov or Tiara Jones at Tiara.Jones@cbp.dhs.gov for further details, with the contract spanning four years and necessitating background investigations for all personnel involved.
    CBP 's Industry Partnership and Outreach Program Office FY26 Office of Information and Technology (OIT)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is hosting an Industry Day for its Office of Information and Technology (OIT) focused on edge computing initiatives. The event aims to engage industry partners to discuss current edge computing technology implementations and explore innovative solutions that can enhance operational effectiveness at the edge. This virtual Industry Day is an opportunity for vendors to learn about ongoing projects and potentially demonstrate their products, although it is important to note that this notice does not constitute a Request for Proposal (RFP) or a commitment by the government. Interested parties can contact David Harrod at David.k.Harrod@cbp.dhs.gov or Luz Ivette Jorge at Luz.I.Jorge@cbp.dhs.gov for more information, and registration details will be provided in future updates.
    Integrated Traveler Initiative (ITI), continue of LBI services-P00003
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking to modify an existing task order for the Integrated Traveler Initiative (ITI) to continue services provided by Science Applications International Corporation (SAIC). The modification is necessary as the current task order, which is set to expire on January 31, 2023, requires specialized IT management support services that only SAIC can provide due to the unique nature of the services. This initiative is critical for enhancing the efficiency and effectiveness of traveler processing at U.S. borders. Interested parties can reach out to Sharon Hallinan at sharon.e.hallinan@cbp.dhs.gov for further inquiries regarding this sole-source procurement.
    Genuine Presence Assurance service
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking a noncompetitive follow-on production contract for the iProov Genuine Presence Assurance service. This procurement aims to utilize iProov's patented liveness detection technology, which has proven effective in prior competitive prototypes, to enhance border security operations. The Genuine Presence Assurance service is critical for ensuring the authenticity of individuals' identities during border enforcement activities. Interested parties can reach out to Aga Frys at aga.frys@cbp.dhs.gov for further details regarding this opportunity.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Homeland Security, Department Of
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    Cisco SmartNet 3-month extension
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking a modification to the existing contract with Red River Technology, LLC for the Cisco SmartNet services, which includes a three-month extension for critical maintenance support and on-demand services. This modification aims to increase the ceiling amount and extend the Period of Performance (PoP) of the current firm-fixed-price Task Order 70B04C22F0000248, ensuring continued operational support for essential IT and telecom network services. The services provided under this contract are vital for maintaining the integrity and functionality of the agency's network infrastructure. Interested parties can reach out to Nicole A. Savoy at nicole.savoy@cbp.dhs.gov or Monica Y. Watts at monica.y.watts@cbp.dhs.gov for further details regarding this opportunity.
    Integrated Traveler Initiative (ITI) -continuation of LBI Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), intends to modify an existing task order for the Integrated Traveler Initiative (ITI) to continue services provided by Science Applications International Corporation (SAIC) on a sole-source basis. This procurement is focused on IT management support services that are unique and highly specialized, necessitating the continuation of services without competitive bidding. The modification aims to ensure the ongoing effectiveness of the ITI, which plays a critical role in enhancing border security and traveler processing. For further inquiries, interested parties can contact LaChelle Johnson at lachelle.p.johnson@associates.cbp.dhs.gov or Sharon Hallinan at sharon.e.hallinan@cbp.dhs.gov.
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is conducting a Request for Information (RFI) to explore market capabilities for providing less lethal specialty impact and chemical munitions, specifically distraction devices and munitions that can be hand-delivered or launched from 40mm launchers. This procurement aims to equip CBP and other federal agencies with necessary training and operational tools while achieving cost efficiencies, with a planned 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The munitions sought include various types such as smoke, CS, and OC canisters, rubber ball grenades, and specialized training kits, all of which must comply with CBP's Use of Force Policy. Interested vendors should submit their responses via email to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov by 2:00 p.m. EST on October 24, 2025, as this RFI is for information and planning purposes only and does not constitute a commitment to contract.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project along the U.S./Mexico Border in Texas. The procurement involves maintenance, repair, and improvement services for various TI assets, including roads, bridges, fences, vegetation control, and drainage systems, across the Rio Grande Valley, Laredo, and Del Rio/Big Bend South Sectors. This initiative is crucial for maintaining border security infrastructure and ensuring operational efficiency. Interested 8(a) contractors must attend a mandatory site visit scheduled for January 6-8, 2026, and submit RSVPs by December 26, 2025, to the designated contacts, Muhanad Sasa and Donna McMullen, via email.