Non-Intrusive Inspection (NII) Relocatable Passenger Vehicle Scanning Systems (RPVSS) IDIQ

SOL #: 70B03C26R00000045Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Customs And Border Protection
BORDER ENFORCEMENT CONTRACTING DIVISION
WASHINGTON, DC, 20229, United States

Place of Performance

Washington, DC

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

Physical Properties Testing And Inspection (6635)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 9, 2026
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Apr 10, 2026, 9:00 PM

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

U.S. Customs and Border Protection (CBP) is seeking proposals for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Non-Intrusive Inspection (NII) Relocatable Passenger Vehicle Scanning Systems (RPVSS). This acquisition aims to procure approximately 100 RPVSS units over five years to enhance vehicle scanning capabilities at high-throughput environments like border crossings. Proposals are due by April 17, 2026, at 5:00 PM EDT.

Scope of Work

The contract will establish an IDIQ for new, commercially available, and in-production RPVSS units. These systems must be relocatable, readily deployable, and self-contained mobile units capable of scanning 150 vehicles per hour or more, allowing occupants to remain inside. Key functionalities include integrated image capture, storage, analysis, License Plate Reading (LPR), material discrimination, and data integration. The systems must operate in extreme environmental conditions (e.g., -40°C to 60°C, high humidity, various weather) and meet specific performance standards for scanning rate, reliability (MTBF of 1000 hours or 8000 scans), and availability (90-96%). The SOW also covers comprehensive support, including installation, training, maintenance, and a minimum five-year warranty.

Contract & Timeline

  • Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed-Priced (FFP) Delivery Orders.
  • Period of Performance: 5 years, with 5 separate 1-year ordering periods. The ordering period is 60 months from award, with Delivery Orders having a 12-month performance period beyond the ordering period.
  • Estimated Value: Minimum guarantee of $15,000.00; maximum contract value of $200,000,000.00.
  • Set-Aside: This acquisition is not set-aside for small business concerns.
  • Product Service Code (PSC): 6635 (Physical Properties Testing and Inspection)
  • NAICS Code: 334517 (Irradiation Apparatus Manufacturing) with a 1,200-employee size standard.
  • Question Deadline: March 19, 2026, 5:00 PM EDT.
  • Proposal Due: April 17, 2026, 5:00 PM EDT.
  • Published Date: March 25, 2026.

Evaluation Factors

Proposals will be evaluated based on: Volume I – Technical and Management Approach (limited to 15 single-sided pages, with specific exemptions for certain reports); Volume II – Past Performance (up to three references using Attachment 4); and Volume III – Price (using Attachment 3, Proposal Pricing Schedule). The Government reserves the right to award without discussions. Evaluation factors and full award criteria are detailed in RFO 52.212-2 (Addendum) within Solicitation Attachment 1.

Key Changes from Amendment 1

Amendment 1 provides a Q&A document, a revised Statement of Work (SOW), and extends the proposal submission deadline. The revised SOW (Sections 2.3, 3.2.1.5, and DID A016) reflects consistency with Q&A responses. The Q&A document clarifies that this is a new requirement with no incumbent, CONUS delivery is included in unit price, and specific documents are exempt from the technical volume's page limit. It also clarifies data rights (full unlimited rights intended) and system specifications (e.g., dimensions, weight, image quality standards).

Submission Instructions

Proposals must be submitted via email to benjamin.j.dorgan@cbp.dhs.gov. The subject line should read: “Response to RFP 70B03C26R00000045: NII RPVSS IDIQ”. Submissions must include a completed SF-1449, Volume I (Technical and Management Approach), Volume II (Past Performance), and Volume III (Price). Email attachments must be separated and clearly indicated, with individual emails under 35MB. Pricing must be valid for at least 120 calendar days.

People

Points of Contact

Benjamin DorganPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 25, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
View
Non-Intrusive Inspection (NII) Relocatable Passenger Vehicle Scanning Systems (RPVSS) IDIQ | GovScope