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
  1. 1
    Posted Dec 13, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 6, 2025, 12:00 AM UTC
  3. 3
    Due Jan 22, 2025, 5:00 PM UTC
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
Dec 30, 2024, 7:05 PM UTC
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.
Dec 30, 2024, 7:05 PM UTC
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.
Dec 30, 2024, 7:05 PM UTC
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.
Dec 30, 2024, 7:05 PM UTC
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.
Dec 30, 2024, 7:05 PM UTC
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.
Dec 30, 2024, 7:05 PM UTC
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.
Dec 30, 2024, 7:05 PM UTC
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
Combined Synopsis/Solicitation
Similar Opportunities
RFI for FingerPrint Segmentation Software and Capture Analysis (FSSCA)
Buyer not available
The U.S. Department of Homeland Security, through the Customs and Border Protection (CBP), is issuing a Request for Information (RFI) for the development of fingerprint segmentation software and capture analysis. This software is intended to enhance the processing of grayscale captured fingerprint slap images, focusing on functionalities such as bounding box generation, quality analysis, handedness detection, and adaptability to various fingerprint qualities for identity verification and traveler registration at CBP entry points. The RFI is a preliminary step to gather vendor input and does not constitute a commitment to contract; responses are due by April 30, 2025, and interested parties should direct inquiries to Lanette M. Barnes or Claire A. Hamilton via their respective emails.
Helium Rehabilitation, Requalification, and Maintenance
Buyer not available
The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking qualified vendors for a contract focused on helium rehabilitation, requalification, and maintenance of helium tube trailers. The primary objective of this procurement is to provide contracted labor services that will support the management and maintenance of operational needs related to tethered aerostat radar and tactical surveillance systems, which are crucial for monitoring illicit activities along the U.S.-Mexico border and surrounding areas. This initiative underscores CBP's commitment to maintaining effective surveillance capabilities while adhering to safety and regulatory standards as outlined by the U.S. Department of Transportation and CGA guidelines. Interested vendors must submit their responses to the Request for Information (RFI) by April 28, 2025, and can direct inquiries to Somer Nastick at somer.nastick@cbp.dhs.gov.
Repair of CNIS Processor
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of two CNIS Processors, with the potential to increase the quantity to four units within one year of the initial award. This procurement is critical for maintaining the operational readiness of aircraft components, as the CNIS Processors are essential for air transportation support activities. Interested vendors must submit their quotations by March 7, 2025, at 12:00 PM Eastern Standard Time, with the anticipated award date around March 4, 2025. For further inquiries, vendors can contact Camille Craft at Emma.C.Craft@uscg.mil or Kiley Brown at Kiley.E.Brown2@uscg.mil.
RFP - MARITIME PATROL AIRCRAFT MAINTENANCE and LOGISTICAL SERVICES
Buyer not available
The Department of Homeland Security's Customs and Border Protection (CBP) is soliciting proposals for maintenance and logistical services for its Maritime Patrol Aircraft (MPA) fleet, which includes P-3 and DHC-8 aircraft. The contract requires comprehensive organizational and intermediate-level maintenance to ensure operational readiness, compliance with FAA regulations, and effective material management. This initiative is crucial for maintaining the CBP's aerial capabilities in safeguarding U.S. borders and enhancing mission effectiveness. Interested contractors should direct inquiries to Bartek Chwalek or Joquita Wheeler via email, with proposals due by May 6, 2025, at 5:00 PM EDT, as funding availability will determine contract awards.
U.S. Customs and Border Protection (CBP) Less Lethal Pressurized Air Launcher Systems (LLPALS)
Buyer not available
The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is seeking quotes for the procurement of Less Lethal Pressurized Air Launcher Systems (LLPALS) to support its Law Enforcement Safety & Compliance Directorate. The solicitation includes detailed technical specifications for the LLPALS, which must meet specific operational requirements, safety features, and performance standards, ensuring they are suitable for law enforcement applications. This initiative reflects the government's commitment to enhancing public safety through the acquisition of non-lethal equipment, with a contract value ranging from $5,000 to $7,500,000 over a five-year period, starting from September 18, 2025. Interested vendors can direct inquiries to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, and must adhere to the submission guidelines outlined in the attached RFQ documents.
N--Integrated Video and Security Management System
Buyer not available
The National Park Service (NPS) is preparing to issue a Request for Proposal (RFP) for an Integrated Video and Security Management System at the San Juan National Historic Site in Puerto Rico. The project aims to replace outdated video surveillance equipment with advanced systems for video surveillance, intrusion detection, access control, and emergency communications to enhance security across various park facilities. This procurement is significant as it addresses existing vulnerabilities and aims to provide unified oversight and rapid response to incidents, integrating with the existing NPS dispatch service. The estimated contract value is between $500,000 and $1,000,000, and the solicitation is expected to be published around June 1, 2025. Interested vendors must have an active registration with SAM.gov and meet specific eligibility criteria, with proposals due approximately 30 days after the solicitation release. For further inquiries, interested parties can contact Noelli Medina at NoelliMedina@nps.gov or by phone at 470-819-0940.
How to do Business with U.S. Customs and Border Protection
Buyer not available
The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is offering a training opportunity for small businesses interested in learning how to engage in procurement with the agency. This initiative, part of the Office of Acquisition's Industry Partnership and Outreach Program (IPOP), aims to equip small contractors with the necessary knowledge and skills to navigate the contracting process with CBP. Training sessions will be held on the first and third Tuesdays of each month from 1:00 PM to 2:30 PM EST, and interested participants must register through the CBP Business Connection Portal. For further inquiries, small businesses can contact Demetrius Smith or Ivette Jorge via email at smallbusinessoffice@cbp.dhs.gov.
DHS CWMD Mobile Detection Deployment Program (MDDP) RFI
Buyer not available
The Department of Homeland Security (DHS) is seeking sources for the Mobile Detection Deployment Program (MDDP) to enhance the nation's capabilities in detecting and responding to chemical, biological, radiological, and nuclear (CBRN) threats. The program requires deployable field management and scientific support services, including operational, technical, and logistical aid, as outlined in the attached Statement of Work (SOW). This initiative is critical for national security, ensuring preparedness against weapons of mass destruction through effective deployment and maintenance of detection assets, training personnel, and managing technical support staff. Interested vendors must submit a capability statement by April 29, 2025, and can contact William Grimm at william.grimm@hq.dhs.gov or 202-601-9823 for further information.
USBP El Centro Multiprotocol Label Switching Circuits & Internet Services
Buyer not available
The Department of Homeland Security, through the U.S. Customs and Border Protection, is seeking quotations for Multiprotocol Label Switching (MPLS) Circuits and Internet Services for four locations within the El Centro Sector in California. The objective is to enhance broadband connectivity by replacing existing T1 connections with secure MPLS connections, thereby improving communication infrastructure for operational effectiveness within the Border Patrol sector. Interested contractors must submit their quotations by April 28, 2025, at 5:00 PM EDT, and are encouraged to direct any questions to Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov. The procurement is open-market and unrestricted, with a focus on providing the most advantageous quote based on technical acceptability and price.
U.S. Customs and Border Protection (CBP) Law Enforcement Safety & Compliance (LESC) Directorate 9mm Duty and Reduced Hazard Qualification Ammunition
Buyer not available
The U.S. Customs and Border Protection (CBP) is seeking proposals for the procurement of 9mm Duty and Reduced Hazard Qualification (RHQ) ammunition to support its Law Enforcement Safety & Compliance (LESC) Directorate. The contract, which spans five years from September 11, 2025, to September 10, 2030, requires the delivery of ammunition that meets specific technical specifications, including lead-free projectiles for RHQ rounds, rigorous testing protocols, and compliance with safety standards. This procurement is critical for ensuring the safety and operational effectiveness of law enforcement personnel within the Department of Homeland Security. Interested vendors should contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov for further details, with an estimated maximum contract value of $99,999,900 and a minimum government guarantee of $5,000.