Explosives and Contraband Detectors SEEKERe-MDK or Equivalent
ID: FA480325QB001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

SURFACE USE EXPLOSIVE ORDNANCE DISPOSAL TOOLS AND EQUIPMENT (1385)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the procurement of portable explosives and contraband detectors, specifically the SEEKERe-MDK or equivalent systems. The requirements include four individual portable testers capable of automated trace detection for a variety of explosives and drugs, with specifications for durability, water resistance, and a rechargeable battery life of at least eight hours. This procurement is crucial for enhancing safety and efficiency in explosives detection operations, and it emphasizes the government's commitment to engaging small businesses while adhering to regulatory standards. Quotations must be submitted by February 21, 2025, and interested parties can contact John Newton at john.newton.12@us.af.mil or Adam P. Nicholas at adam.nicholas@us.af.mil for further information.

    Files
    Title
    Posted
    The Department of the Air Force has issued a Request for Quotation (RFQ) FA480325QB001 for purchasing portable explosives and contraband detectors, as well as testing cards associated with these detectors. The RFQ is focused on small businesses, adhering to FAR guidelines, and aims to consolidate procurement efficiencies. Key components include specifications for items that conform to the SEEKERe-MDK design, with a maximum delivery period of 90 days after contract initiation. Quotations are to be submitted by February 21, 2025, and must include pricing, product specifications, discount terms, and compliance with various legal and regulatory clauses, including those about telecommunications equipment, service contracts, and environmental considerations. The evaluation criteria weigh price and technical acceptability, with the lowest compliant proposal expected to obtain the contract. This RFQ exemplifies the Air Force's strategy to engage small businesses while ensuring adherence to regulatory standards and promoting market competition.
    The government RFP for Shaw AFB is focused on procuring handheld Explosives and Contraband Detectors, specifically the SEEKERe-MDK or equivalent systems. Key specifications include four individual portable testers with automated trace detection, the ability to accurately identify a range of explosives and drugs (primarily THC), and the durability of the units — they must be water-resistant and shockproof, equipped with a rechargeable battery lasting at least eight hours. The detectors should also come with a minimum supply of 26,000 single-use swabs, packaged for maximum shelf life. An accompanying five-year extended warranty is required, starting post the standard warranty period. The proposal emphasizes shipping terms, specifying that delivery should be made FOB Destination, indicating that the seller bears the shipping costs until the goods reach the buyer. This RFP underscores the government's commitment to ensuring safety and efficiency in explosives detection while adhering to specific technical requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Detector, Radio Freq
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract for the procurement of a Detector, Radio Frequency (NSN 5895-00-408-3791). This contract includes a five-year base period with a guaranteed minimum quantity of 56 units and an estimated annual demand of 74 units, with a required delivery schedule of 195 days. The item is critical for various defense applications and must comply with export control regulations, with inspection and acceptance occurring at the origin. Interested parties can access the solicitation, which will be issued on January 6, 2025, via the DIBBS website, and should direct inquiries to Repanza Mason at repanza.mason@dla.mil or by phone at 804-279-6153.
    C-130 HEAT DETECTOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting quotations for the procurement of C-130 heat detectors, which are critical components for fire detection systems in military aircraft. The procurement requires compliance with specific quality assurance standards, including adherence to ISO standards and the latest marking regulations as outlined in MIL-STD-130, ensuring proper identification and tracking of the items. This solicitation is part of a broader effort to maintain operational safety and efficiency within military logistics, emphasizing the urgency of the procurement as it is certified under the Defense Priorities and Allocations System. Interested vendors must submit their quotations by February 20, 2025, and can direct inquiries to Lori Lumsden at lori.lumsden.1@us.af.mil or by phone at 405-734-0370.
    1377 - 01-356-7841 SP02, 1377-01-356-7842 SP03
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure explosives-related supplies under the presolicitation notice for NSN: 1377-01-356-7841 SP02 and 1377-01-356-7842 SP03. The procurement includes a total quantity of 265 units for SP02 and 309 units for SP03, with specific delivery terms indicating that items are to be delivered FOB Destination, while deliverable items are FOB Origin. These supplies are critical for military operations, necessitating compliance with stringent safety and security protocols due to their explosive nature. Interested parties are encouraged to submit capability statements to the contracting officer, Connor Fry, at connor.b.fry.civ@us.navy.mil, within 15 days of this notice, as the solicitation will be available no earlier than the response date for this synopsis.
    Request for Information for Radiological Detection System (RDS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) for the development of a Radiological Detection System (RDS) intended to replace existing radiological survey meters used by various military branches. The RFI aims to gather information on respondents' capabilities in developing, testing, and manufacturing an RDS that meets the specified performance criteria, with a focus on enhancing radiation detection capabilities across military services and allied nations. Interested parties must submit their responses by February 17, 2025, ensuring compliance with detailed submission criteria, including technical specifications and company information, as the anticipated contract type is a Firm Fixed Price under an Indefinite Delivery, Indefinite Quantity structure, with a projected requirement for up to 16,000 units over five years. For further inquiries, respondents can contact Nathaniel W. Sievers at nathaniel.w.sievers.civ@army.mil or Tyler N. Gates at tyler.n.gates2.civ@army.mil.
    F-16 Tester
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting offers for the procurement of 12 units of the F-16 Tester (NSN: 4920-01-527-2388). This solicitation aims to acquire a Pitot and Static Tester essential for the maintenance and repair of F-16 aircraft systems, emphasizing the need for timely delivery and compliance with stringent manufacturing qualification requirements. Potential contractors must demonstrate their capabilities, adhere to specific packaging and labeling standards, and submit a comprehensive data package, including a Counterfeit Prevention Plan, to ensure compliance with Department of Defense regulations. Interested parties should contact Travis Bodily at travis.bodily@us.af.mil, with offers due by February 17, 2025, and estimated qualification costs around $2,000, with a completion timeframe of approximately 180 days.
    66--DETECTOR,HYDROGEN S
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of six hydrogen detectors (NSN 6665014240498). The solicitation is a Total Small Business Set-Aside and aims to acquire these detectors, specifically the approved model 1400 from source 8B9P7, to support various defense operations. These instruments are critical for ensuring safety and operational efficiency in environments where hydrogen detection is necessary. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the DLA via email at DibbsBSM@dla.mil.
    Digital X-Ray System
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking bids for the procurement of two Digital Radiography (DR) systems to enhance operational capabilities at the 309 Maintenance Support Group and Ogden Air Logistics Complex. These systems are specifically intended for Advanced Composite Non-Destructive Inspection (NDI) and missile X-ray applications, replacing outdated equipment critical for inspecting various military platforms and munitions. The procurement is set aside for small businesses, with an estimated value of $150,000, and offers are due by February 18, 2025, with a delivery timeline of 30 days after receipt of order to Hill Air Force Base, Utah. Interested parties should contact Quinn Walsh at quinn.walsh.2@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil for further information.
    58--SENSOR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of sensor equipment under the title "58--SENSOR." This procurement involves the manufacturing of electronic countermeasures and related systems, adhering to strict quality and inspection requirements as outlined in the solicitation documents. The goods are critical for national defense and operational readiness, necessitating compliance with various technical specifications and quality assurance protocols. Interested vendors should direct inquiries to John A. Masters at 717-605-1213 or via email at JOHN.A.MASTERS15.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-submission.
    Shielded Mild Detonating Cords
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of Shielded Mild Detonating Cords (SMDC). This solicitation aims to fulfill military requirements for explosives manufacturing, ensuring compliance with established military specifications and safety standards. The goods are critical for various military applications, necessitating adherence to rigorous testing protocols and quality assurance measures. Interested contractors should note that the deadline for proposal submissions has been extended to October 10, 2024, at 2 PM Eastern Time, and must acknowledge receipt of all amendments to ensure their proposals are considered. For further inquiries, potential bidders can contact Ashley Leonard at 717-605-1686 or via email at ashley.l.leonard4.civ@us.navy.mil.
    Small-Scale, Handheld, and Chemical Identification Equipment Training
    Buyer not available
    The U.S. Department of Homeland Security, Customs and Border Protection (CBP), is seeking information from vendors regarding training for Small-Scale, Handheld, and Chemical Identification Equipment as part of its Non-Intrusive Inspection (NII) Program. The objective is to establish a Blanket Purchase Agreement for comprehensive training that enhances the proficiency of officers in operating various handheld devices used for identifying anomalies in travelers and conveyances, with courses covering equipment such as Gemini, MX908, and DrugIQ. This training is crucial for maintaining effective border security operations and will be conducted at designated locations domestically and internationally from late April 2025 to April 2030. Interested vendors must submit their responses, including a Capabilities Statement and pricing, by March 5, 2025, to the designated contacts: Aga Frys, Bryan Currier, and Kaitlin Merli via email.