PERSONNEL BODY SCANNER SYSTEM
ID: N00244-25-Q-0093Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (N063)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole-source contract to LINEV Systems for the procurement and installation of an advanced personnel body scanner system at the Naval Consolidated Brig Miramar (NCBM) in San Diego, California. This initiative aims to enhance the security posture of the facility by effectively detecting potentially dangerous items carried by individuals, thereby improving overall safety and security measures. The contract is justified under FAR 13.106(1), indicating that only one responsible source can meet the agency's requirements, and the anticipated award date is on or before March 31, 2025. Interested vendors must submit a capability statement by 3:10 PM PST on March 18, 2025, via email to Idele Queen at queen.e.idele.civ@us.navy.mil, detailing their qualifications and authorization as distributors of the product.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego intends to award a sole-source contract to LINEV Systems for the procurement and installation of an advanced personnel security scanning system at the Naval Consolidated Brig Miramar (NCBM). This initiative is aimed at enhancing the facility's security by effectively detecting dangerous items on individuals. The sole-source approach is justified under FAR 13.106(1), stating that only one responsible source meets agency needs. Interested parties may submit a capability statement by the due date of March 18, 2025, which should detail their qualifications and authorization as distributors of the product. All submissions must be sent via email and will be considered for potential competition. The document emphasizes that inquiries or requests for additional information do not constitute a response. The anticipated award date is on or before March 31, 2025, under NAICS code 561621. This notice underscores the government's commitment to enhancing security measures while inviting expressions of interest from capable vendors.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Stryker Sales LLC for services at the Naval Medical Center San Diego. This contract, which will be a firm fixed price award, is aimed at fulfilling specific medical equipment needs, as Stryker Sales LLC is identified as the only vendor capable of providing the required services. The contract period is set from March 15, 2025, to March 14, 2026, and interested parties must submit a capability statement by email to Jane Pamintuan at jane.v.pamintuan.civ@health.mil, with a deadline specified in the notice. No competitive proposals will be accepted, and the government reserves the right to determine whether to proceed with a competitive procurement based on the responses received.
    INBODY 770
    Buyer not available
    The Department of Defense, specifically the Marine Corps Installations East Regional Contracting Office, intends to procure an InBody 770 Body Composition Analyzer on a sole source basis from BioSpace, Inc. This procurement is necessary for measuring body fat percentage in support of the Marine Corps' Body Composition and Military Appearance Program, with BioSpace, Inc. being the sole authorized distributor due to an exclusive licensing agreement with the Original Equipment Manufacturer (OEM). The InBody 770 has been approved for use by the Marine Corps, ensuring compliance with security protocols, and is critical for standardization in military applications. Interested firms that believe they can meet the requirement must submit a capability statement to the Contracting Officer, Santana Rosario, by March 21, 2025, at 4:30 PM EST, as this notice is not a request for competitive quotes and no solicitation will be issued.
    USS GREENBAY (LPD-20) LLTM Runway Beam Assembly
    Buyer not available
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), intends to award a sole source purchase order for Long Lead Time Material (LLTM) Runway Beam Assembly for the USS GREENBAY (LPD-20). This procurement specifically requires components for the overhaul of the well deck bridge crane assembly, including one runway beam assembly and six packing assemblies, with a delivery deadline set for February 18, 2026, to a designated location at the U.S. Naval Station in National City, California. The selected vendor, Jered LLC/ PAR Systems LLC, is the original equipment manufacturer and the only authorized source for these parts, which are critical for maintaining the operational readiness of the naval vessel. Interested vendors must submit their capability documentation via email to Valerie Manguiob and Cynthia Urias by 11:00 PM (PST) on September 18, 2024, ensuring their certifications in the System for Award Management are current and active.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    NOTICE OF INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, intends to award a Sole Source Firm-Fixed-Price contract to Phillips Corporation for the installation and rigging of a HAAS 5-Axis CNC Milling Machine at the Fleet Readiness Center West in Lemoore, California. This procurement requires the contractor to provide all necessary personnel, equipment, and materials to ensure the installation meets OEM specifications, with services performed exclusively by a certified Haas technician to maintain warranty compliance. The installation of this advanced milling machine is crucial for enhancing manufacturing capabilities, transitioning from a 3-axis to a more sophisticated 5-axis system. Interested parties may submit capability statements by March 21, 2025, to the primary contact, Yesica Lorena Burrill, at yesica.l.burrill.civ@us.navy.mil, with the understanding that this notice does not invite competitive proposals.
    Notice of Intent to Award a Sole Source Contract for Sustainment Services for AN/USQ-167(V) Common Data Link System (CDLS)
    Buyer not available
    The Department of Defense, specifically the Naval Information Warfare Systems Command (NAVWARSYSCOM), intends to award a sole source contract for sustainment services related to the AN/USQ-167(V) Common Data Link System (CDLS). This procurement aims to secure a ten-year Indefinite-Delivery Indefinite Quantity (IDIQ) contract for specialized engineering services, including depot-level maintenance and repair, to ensure the operational longevity of the CDLS, which is critical for transmitting signal and imagery intelligence data between reconnaissance aircraft and surface ship processing systems. The estimated value of this contract is $14.8 million, with a five-year base ordering period and an additional five-year option period. Interested parties may direct questions to Contract Specialist Jennifer V De Vera at jennifer.v.devera.civ@us.navy.mil by March 26, 2025, at 12:00 p.m. PDT.
    NOTICE OF INTENT TO SOLE SOURCE TO JANES GROUP US LLC
    Buyer not available
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Jane’s Group US LLC for a specialized database subscription. This procurement aims to secure high-quality, validated, and unbiased open-source defense intelligence, which includes critical programs such as Defense Equipment and Technology, Defense Industry and Markets, Terrorism and Insurgency Centre, and Country Intelligence, all of which support various defense-related research and analysis efforts. The anticipated award date is on or before April 10, 2025, and interested parties must submit capability statements by 12:00 PM Pacific Standard Time on March 19, 2025, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil.
    SANTA BARBARA INFRARED INTEGRATING SPHERE AND INTERFACE BOX
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure a Santa Barbara Infrared Integrating Sphere and Interface Box under a sole source contract. This procurement involves the acquisition of one Integrating Sphere (part number VSX-04-P-A-L-25-EGS) and one ACE II Interface Box (part number 310-000-818) to support the Shipboard Panoramic Electro-Optical Infrared (SPEIR) Medium Wave Infrared (MWIR) Program, highlighting the importance of advanced infrared technology in military applications. Interested vendors must submit their capability statements by the closing date of March 17, 2025, at 5:00 PM Eastern Time, and are encouraged to monitor the SAM.gov website for any updates or amendments to the solicitation. For further inquiries, contact Danielle Richardson at danielle.n.richardson12.civ@us.navy.mil or Andrew Ficklin at andrew.b.ficklin.civ@us.navy.mil.
    Y--Design-Bid-Build (DBB) P-106, Submarine Propulsor Manufacturing Support Facility, Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Design-Bid-Build (DBB) services for the Submarine Propulsor Manufacturing Support Facility in Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania. This notice is a sources sought notice to determine the availability of commercially available security equipment with equivalent specifications to the LENEL systems described in the attachments. The purpose of this notice is to conduct market research and gather information from potential sources. Interested vendors are requested to submit a brief capabilities statement package demonstrating their ability to provide the required security equipment. Responses are due by Friday, 01 March 2019 at 2:00 PM Eastern Time.
    SOLE SOURCE – SYNOPSIS OF PROPOSED CONTRACT ACTION – PRODUCTION, REPAIRS, INCIDENTAL SUPPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is announcing a sole source presolicitation for a contract focused on the production, repairs, and incidental support services related to Secturion Basic services for fiscal year 2025. This procurement aims to secure spares, repairs, and engineering services under the I3B2 DARE initiative, which is critical for maintaining operational readiness and support for existing military systems. The initiative underscores the government's commitment to enhancing military efficiency through strategic investments in maintenance and engineering capabilities. Interested parties can reach out to Ross Adams at ross.m.adams2.civ@us.navy.mil for further information regarding this opportunity.