Medium Energy Mobile Systems (MEMS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP), is soliciting proposals for Non-Intrusive Inspection (NII) Medium Energy Mobile Systems (MEMS). This is a Full and Open competition for a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract with a maximum value of $270 million over a five-year ordering period. The purpose is to enhance CBP's capability to inspect conveyances for contraband at Ports of Entry (POEs). Proposals are due April 10, 2026, by 2:00 PM ET.
Scope of Work
The contract requires the fabrication, integration, testing, delivery, verification, documentation, and on-demand support for LS-NII MEM systems. These systems must be capable of operating in diverse environmental conditions (e.g., -30°C to 50°C, high humidity, wind, rain, snow) and include independent power sources for 24-hour operation. Key functionalities include real-time imaging, License Plate Reader (LPR) and Optical Character Recognition (OCR), and compliance with radiation safety and DHS/CBP IT security policies. Performance standards include a throughput of at least 20 conveyances per hour, a Mean Time Between Failure (MTBF) of 1000 hours or 8000 scans, and an operating life of at least 10 years. A minimum five-year Failure Free total system warranty is required.
Contract Details
- Contract Type: Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) Delivery Orders.
- Ordering Period: Five (5) years (60 months).
- Minimum Guarantee: One (1) system.
- Maximum Value: $270,000,000.00.
- Set-Aside: Full and Open (no set-asides).
- NAICS Code: 334517 (Irradiation Apparatus Manufacturing).
- Applicable Regulations: Revolutionary FAR Overhaul (RFO) Part 12 and 15, Buy American Act.
Submission & Evaluation
Proposals must be submitted electronically in three volumes: Volume I - Technical Approach and Management Approach, Volume II – Past Performance, and Volume III - Price. Evaluation factors, in order of importance, are Technical Approach, Management Approach, Past Performance, and Price, with Technical and Past Performance combined being more important than Price. Offerors must provide a Past Performance Questionnaire (Attachment 2) to their references. The solicitation incorporates revisions from Amendment A0001, including updated Statement of Work sections, inclusion of FAR clauses 52.225-5 and 52.227-14, and a change in the technical standard reference from ASTM F792-08 to ANSI N42.46-2008.
Key Clarifications (from Amendment A0001 Q&A)
- Cover pages, tables of contents, and DID responses in Volume I are exempt from the 40-page limit.
- A delivery order will be awarded concurrently with the IDIQ contract.
- Potential OCONUS delivery locations include San Juan, Honolulu, Anchorage, Port of Qasim, and Salalah.
- The five-year warranty covers both Preventive and Corrective maintenance.
Contact Information
- Primary Point of Contact: Starla VanWinkle (starla.r.vanwinkle@cbp.dhs.gov)