High Energy Rail (HE-Rail) Large-Scale Fixed Systems
ID: 12012025Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONBORDER ENFORCEMENT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

HAZARD-DETECTING INSTRUMENTS AND APPARATUS (6665)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking industry feedback through a Request for Information (RFI) regarding the procurement of High Energy Rail (HE-Rail) large-scale fixed Non-Intrusive Inspection (NII) systems. The objective is to gather insights on draft requirements that will enhance the capabilities for inspecting railcars and cargo to interdict contraband and improve border security, while ensuring compliance with Nuclear Regulatory Commission safety standards. This initiative is crucial for deploying advanced technologies that can effectively detect threats such as weapons and illegal substances, thereby bolstering national security. Interested parties are encouraged to submit their comments within fifteen calendar days using the provided response template to the designated contacts, Aga Frys and Kaitlin Merli, at their respective email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Customs and Border Protection (CBP) has issued a Statement of Work (SOW) for the procurement, deployment, and sustainment of High-Energy Rail (HE Rail) large-scale fixed Non-Intrusive Inspection (NII) systems. These systems are crucial for enhancing CBP's ability to interdict contraband, including weapons, explosives, and illegal drugs, within railcars and cargo containers at land Ports of Entry. The project's objective is to deploy state-of-the-art HE Rail systems that can capture high-quality radiographic images and perform passive radiation detection while adhering to Nuclear Regulatory Commission (NRC) safety standards. The contractor will be responsible for manufacturing, delivering, installing, and maintaining these systems, with performance and delivery locations identified at the Task Order level. The SOW outlines detailed requirements for invoicing, milestone payments, government and contractor organization, applicable regulations and standards, system requirements (functional, integration, design, training, testing), life cycle support, deliverables, IT security, and special considerations. The contract has a five-year ordering period, with a base year and four 12-month ordering periods.
    The U.S. Customs and Border Protection (CBP) Office of Field Operations requires advanced High-Energy (HE) Rail Systems for non-intrusive inspection (NII) of rail cargo. This Functional Requirements Document (FRD) outlines the need to replace aging NII systems and expand capabilities to detect contraband, narcotics, weapons of mass destruction, and undeclared passengers in railcars. The system, configurable for various Port of Entry locations, must integrate X-ray imaging, optional radiation detection, railcar identification, and camera systems. Key requirements include high-quality radiographic images, automated data collection and storage, remote operational control, and adherence to strict environmental, safety, and security standards, including data encryption and access controls. The goal is to improve NII effectiveness and efficiency through enhanced technology and automation.
    The U.S. Customs and Border Protection (CBP) Non-Intrusive Inspection Systems document,
    The "Non-Intrusive Inspection (NII) Interface Control Document (ICD)" outlines the interface specifications for the Department of Homeland Security's (DHS) Land Border Integration (LBI) Non-Intrusive Inspection system. This document, intended for federal government RFPs, federal grants, and state/local RFPs, details the communication protocols, data formats, and security requirements for exchanging information between X-ray inspection systems, LBI NII App Servers, and vendor systems. Key aspects include data flow for vehicle processing, message schemas for adjudication results, heartbeat, and operational status messages, and API endpoints for health checks and vendor payloads. The document emphasizes a Service-Oriented Architecture (SOA) and adherence to CBP security compliance, ensuring secure and efficient data exchange for border inspection processes.
    The U.S. Customs and Border Protection's Attachment 03 outlines the design, construction, and installation requirements for Large-Scale Fixed Non-Intrusive Inspection (NII) Systems at High-Energy Rail sites. This document details contractor and government responsibilities, emphasizing safety plans, comprehensive design requirements, and a structured construction design review process with concept, 50%, 95%, and Issued For Construction (IFC) stages. Key elements include site surveys, engineering assessments, construction drawings, and installation plans. The process culminates in system testing and final acceptance, ensuring all deliverables meet operational, technical, and safety standards, with certified as-built drawings becoming CBP property.
    The U.S. Customs and Border Protection (CBP) Attachment 04 outlines the comprehensive training requirements for Large-Scale Fixed Non-Intrusive Inspection (LS-NII) Systems. This document, prepared by the Office of Field Operations and the Office of Training and Development, details the contractor's responsibilities for developing and delivering training on system installation, operation, maintenance, and image interpretation. Key deliverables include a Training Design Plan, Instructor Guide, Student Guide, and various technical manuals. The contractor must provide licensed system viewer software, customize training to CBP standards, and conduct on-site classes for up to 12 operators per unit, including hands-on exercises and image analysis. The training model spans eight days, incorporating radiation safety, classroom instruction, hands-on practice, and reinforcement sessions. All training materials and associated data will be delivered with unlimited rights to the U.S. Government.
    The U.S. Customs and Border Protection's Attachment 05 outlines the comprehensive testing requirements for Large-Scale Fixed Non-Intrusive Inspection (LS-NII) Systems. The document details various testing phases, including Contractor Quality Control and Testing, First Article Testing, CBP Factory Testing, and CBP Site Acceptance Testing. Key elements include the development of an Acceptance Test Plan (ATP), adherence to ANSI N42.46-2008 for image quality, and a 40-hour "burn-in" period for integrated systems. Material Discrimination Testing is also specified, outlining success criteria for differentiating materials. Furthermore, the attachment emphasizes stringent Radiation Safety protocols, including design reviews and mandatory Radiological Surveys and Reports to ensure compliance with OSHA, NRC, and FDA regulations, safeguarding both operators and the environment from radiation emissions.
    The U.S. Customs and Border Protection (CBP) Attachment 06 outlines comprehensive Life Cycle Sustainment and Support Requirements for Non-Intrusive Inspection (NII) High-Energy Rail Systems. The document details maintenance objectives, including maximizing system availability (≥96% operational availability) and managing downtime. It defines key performance measurements (KPMs) and attributes (KPAs) such as Materiel Availability (MA), Materiel Reliability (MR), and Mean Downtime (MDT) for hardware and software. The attachment also covers sustainment activities like preventive and corrective maintenance, parts availability, upgrades, reporting, and government oversight. Additionally, it addresses on-demand services, hazardous materials management, configuration management, technical documentation, and warranty provisions, ensuring continuous, reliable operation and adherence to safety and operational regulations.
    This government file outlines deliverable requirements and due dates across various sections of a contract, including the Statement of Work, Design, Construction and Installation, Training Requirements, Testing Requirements, and Lifecycle Sustainment and Support Requirements. Key deliverables include project management plans, design reviews, safety plans, system delivery, training materials, acceptance test plans, and sustainment reports. The document specifies submission timelines, ranging from 14 days to 150 days after contract award, or tied to specific project milestones like site acceptance tests or construction kick-off meetings. It also details government review periods and conditions for updates. The overarching purpose is to establish a clear framework for contractors to deliver and maintain systems, ensuring compliance and operational readiness throughout the contract lifecycle, vital for federal government RFPs.
    The U.S. Customs and Border Protection's (CBP) "Attachment 10 – Acronyms, Abbreviations, and Definitions" document provides a comprehensive glossary for Large-Scale Fixed Non-Intrusive Inspection (NII) Systems. Prepared by the Office of Field Operations, Innovation and Strategy Directorate, and the Non-Intrusive Inspection Program, this attachment is crucial for understanding federal government RFPs related to NII systems. It includes an extensive list of acronyms and abbreviations, such as CBP (Customs and Border Protection) and NII (Non-Intrusive Inspection), along with detailed definitions of key terms. The definitions cover operational, technical, and maintenance aspects, including "Advanced 'smart' signal processing," "Corrective Maintenance," "Large Scale" equipment, and various LEP (Low-Energy Portal) types. This document ensures clear communication and consistent understanding of terminology for all stakeholders involved in the procurement and implementation of CBP's large-scale fixed NII systems, facilitating compliance and operational efficiency.
    The U.S. Customs and Border Protection's Attachment 11 outlines comprehensive IT security clauses for Non-Intrusive Inspection Systems, focusing on large-scale fixed systems. The document mandates adherence to DHS and CBP IT security policies, including the DHS 4300A Policy Directive, FIPS validation, and PIV credential compliance. Contractors must develop and maintain IT Security Plans, provide accreditation proof, and ensure employees undergo background checks and annual security and privacy training. The clauses cover product assurance, access to sensitive information, supply chain risk management, IPv6 compatibility, and Section 508 accessibility. Specific requirements for Enterprise Architecture compliance are detailed for CBP, TSA, and USCG, along with mandates for FedRAMP authorization for cloud services and ICAM (Identity and Credentials Management) compliance.
    The provided government file outlines a structured framework for responding to government requirements, likely within RFPs, grants, or state/local solicitations. It details essential components for a contractor's response, including company and attachment identification, specific section numbering, and a direct statement of the government's requirement from the Statement of Work (SOW). The core of the document focuses on the contractor's explicit response and rationale for each requirement. This standardized format ensures clarity, traceability, and comprehensive addressing of all stipulated obligations, facilitating a structured approach to proposals and compliance within government procurement processes.
    The U.S. Customs and Border Protection (CBP) has issued a Request for Information (RFI) regarding its Large-Scale Non-Intrusive Inspection (NII) Program, specifically for High Energy Rail (HE-Rail) large-scale fixed systems. This RFI seeks industry feedback on draft requirements for these systems, which are crucial for inspecting railcars and cargo to interdict contraband and enhance border security. The project aims to deploy state-of-the-art HE-Rail systems that meet CBP's operational requirements, including manufacturing, delivery, installation, and maintenance. These systems must allow for scanning occupied vehicles, utilize commercial technology, and adhere to Nuclear Regulatory Commission safety standards. CBP plans to procure up to ten HE-Rail systems in the base year, with additional systems in option periods. The RFI emphasizes that it is for information and planning purposes only, not a solicitation for proposals, and all costs incurred by respondents are their sole responsibility. Responses are due within fifteen calendar days and should focus on providing expert feedback on the draft requirements to refine future acquisition documents.
    Lifecycle
    Title
    Type
    Similar Opportunities
    REQUEST FOR INFORMATION (RFI)/INDUSTRY DAY ANNOUNCEMENT- PROCURMENT OF DESIGN AND PRODUCTION OF FLAT RAILCARS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking information from qualified contractors for the design and production of new flat railcars intended for the transportation of Active Inert Missiles. This Request for Information (RFI) aims to assess the market's capability to deliver these specialized railcars, as the current fleet is reaching the end of its operational life and must be replaced by July 1, 2031, to maintain uninterrupted transportation capabilities. Interested parties are encouraged to submit their capability statements, including proposed delivery timeframes for various contract line items, by 4:00 PM EDT on the specified closing date, with responses directed to Steven Junkins or Erin Kelley via their provided email addresses.
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Buyer not available
    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.
    Level III Small Unmanned Aircraft Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting a Request for Information (RFI) to explore the availability and technological capabilities of vendors for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) sUAS Program. The RFI seeks solutions that demonstrate high Manufacturing Readiness Level (MRL) and Technology Readiness Level (TRL), with key capabilities including FAA compliance, minimal personnel requirements, autonomy, AI/machine learning integration, and interoperability with existing systems. Responses to this RFI, which is intended for informational and planning purposes only and does not guarantee a contract award, are due by December 12, 2025, and interested vendors should direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    Motor Vehicle Operationalize RFI
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking information through a Request for Information (RFI) regarding motor vehicle operationalization (upfitting) services for law enforcement vehicles. The objective is to gather insights from industry experts on commercially available upfit options that align with CBP's specialized law enforcement operations, which include the integration of essential equipment such as lights, sirens, communication systems, and weapon storage. This initiative is crucial for enhancing the acquisition strategy and improving the efficiency and safety of law enforcement vehicle transformations. Interested vendors are invited to submit their responses by December 12, 2025, at 5:00 PM EDT, and can direct inquiries to Antwanette R. Boone-Murphy or Lloyd A. Burton via the provided contact information.
    M4 Rifle and Parts (5.56x45mm NATO)
    Buyer not available
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking information from manufacturers and distributors regarding the procurement of M4-style rifles, parts, and accessories, as well as armorer training. The objective is to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to augment or replace existing rifles used for duty and training, ensuring compatibility with MILSPEC standards and addressing specific performance requirements outlined in the draft Statement of Work. These rifles and parts are critical for law enforcement operations, and the contract may also be utilized by other federal agencies. Interested parties should direct inquiries to John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov, and note that this Request for Information (RFI) is for planning purposes only, with no commitment to issue a Request for Proposal (RFP) at this time.
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Buyer not available
    The U.S. Customs and Border Protection (CBP) is seeking qualified vendors to provide ballistic shields for its Law Enforcement Safety & Compliance (LESC) Directorate. The procurement involves a Request for Quotes (RFQ) for high-quality, lightweight ballistic shields, which must meet specific technical requirements, including compliance with ASTM International Standards and a 10-year ballistic warranty. These shields are critical for ensuring the safety of law enforcement personnel in various operational environments. Interested parties should note that the due date for submissions has been extended to March 6, 2026, at 2 PM ET, and that contract awards are contingent upon the availability of funds. For further inquiries, vendors can contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov or John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov.
    RFI PHARMACY TEMPERATURE MONITORING
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information from vendors regarding a Request for Information (RFI) for a modernized temperature monitoring system. This system is intended for use in medical refrigerators, freezers, and storage areas across 17 detention facilities, with a focus on functionality such as data monitoring, alerts, and compliance with CDC, VFC, and FDA standards. Vendors are required to provide detailed proposals that include system capabilities, implementation timelines, customer support, and a comprehensive cost breakdown for the setup and ongoing fees. Interested parties must submit their responses by December 4, 2025, at 5 PM EST, and can reach out to Vladimir Jockovic or Michelle Taylor for further inquiries.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Buyer not available
    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.
    Request for Information (RFI) Enterprise Physical Access Control System (PACS)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from potential vendors regarding an enterprise-level Physical Access Control System (PACS) through a Request for Information (RFI). The USCG aims to replace outdated security systems with a robust, integrated PACS that enhances physical security across its installations, ensuring compliance with federal mandates and improving identity verification processes. This initiative is critical for mitigating security vulnerabilities and operational risks, with an estimated budget of $16 million for acquisition and $116 million for operations over a ten-year period. Interested parties can reach out to Wendy Paulo at wendy.l.paulo@uscg.mil or call 571-608-9799 for further details.