Mobile X-Ray Inspection Vehicles
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 an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Mobile X-Ray Inspection Vehicles. This is a Full and Open competition with no set-asides. Proposals are due by April 6, 2026, at 5:00 PM UTC.
Purpose & Scope
CBP seeks to acquire Dual View Mobile X-Ray Vehicles to enable Non-Intrusive Inspections (NII) of passenger baggage and parcels at U.S. land, air, and seaports of entry. The objective is to prevent illegal contraband entry while facilitating legitimate trade. The contract aims to procure up to 130 turn-key mobile dual view x-ray vehicles, which may require modifications to commercial designs. Systems must meet stringent radiation safety standards, maintaining exposure rates as low as possible, not exceeding 0.1 Rem per year. The contract may also include training and optional maintenance services.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) or Fixed Unit Price (FUP) Delivery Orders.
- Ordering Period: Five (5) years (60 months) from the date of award.
- Maximum Value: $85,000,000.00.
- Minimum Guarantee: The initial Delivery Order.
- Set-Aside: None (Full and Open).
- NAICS Code: 334517 (Irradiation Apparatus Manufacturing).
- Product Service Code: 6665 (Hazard Detecting Instruments And Apparatus).
Key Requirements & Clarifications
- Technical/Operational: Detailed specifications include strict vehicle dimensions (maximum 98 inches height, maximum Gross Vehicle Weight Rating of 9,500 lbs to avoid CDL requirements), engine, power systems, climate control (cold weather package is required), safety features, and imaging capabilities. Only Dual-View X-ray systems will be considered.
- Reliability, Availability, and Maintainability (RAM): Critical requirements include a Mean Time Between Failure (MTBF) of >= 1,000 hours or 8,000 scans, an operating life of >= 10 years, Operational Availability (Ao) of 95% for CONUS and 90% for OCONUS, and a Mean Downtime (MDT) of <= 24 hours.
- IT Security: Adherence to all DHS and CBP IT security policies is mandatory. Systems do not need to integrate with CBP enterprise infrastructure or cloud but must meet security requirements and be capable of secure data transmission and export in standard Windows-readable formats (e.g., JPG, TIFF).
- Warranty: A minimum five-year Failure Free total system warranty covering corrective and preventive maintenance is required and must be priced as part of CLIN 10.
- Delivery: The first system is due within 120 days after receipt of a Delivery Order, with subsequent units delivered at a rate of two per month. Delivery is Free on Board (FOB) Destination. CONUS shipping costs should be included in the system price, while OCONUS shipping (CLIN 40) will be included in a delivery order.
- Data Rights: The Government requires unlimited data rights for all deliverables, consistent with FAR 52.227-14.
- Trade Agreements Act (TAA): This procurement is subject to the TAA; the Buy American Act does not apply.
Submission & Evaluation
- Proposal Due Date: April 6, 2026, at 5:00 PM UTC (10:00 AM PT).
- Submission: Electronically via email to Christopher J. Shaw (christopher.j.shaw@cbp.dhs.gov).
- Proposal Structure: Proposals must be organized into Volume I (Technical/Management, max 25 pages, DIDs exempt from page limit), Volume II (Past Performance, max 10 pages), and Volume III (Price).
- Evaluation: Award will be based on a best value trade-off analysis, considering technical approach, management approach, past performance, and price.
- Amendment 0001: Offerors must review all revised documents, including the updated Statement of Work and Questions & Answers, and submit a signed SF30 with their proposal. All interested parties must be registered in SAM prior to award.