Permanent Under Vehicle Inspection System (UVIS)
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 the Air Force, 910th AW LGC is issuing a Combined Synopsis/Solicitation (RFQ FA665626Q0005) for a Permanent Under Vehicle Inspection System (UVIS). This acquisition is a 100% Total Small Business Set-Aside under NAICS 561621 ($25M size standard). The requirement includes the supply, installation, and training for a UVIS at the Youngstown Air Reserve Station, Vienna, OH. The government intends to award a single contract based on the Lowest Price Technically Acceptable offer. Quotes are due by March 27, 2026, at 1:00 p.m. EDT.
Scope of Work
The 910th AW requires a complete, turn-key Permanent Under Vehicle Inspection System (UVIS) to enhance security at a new Access Control Point (ACP) by expediting the inspection of delivery vehicles for illicit items. The system must include all necessary hardware and software for scanning, inspecting, identifying, and archiving high-resolution images of vehicle undercarriages.
Key requirements include:
- System: One (1) Permanent Under Vehicle Inspection System (UVIS), Brand Name or Equivalent to LowCam Model VI150LPR-FOD.
- Installation: Complete physical installation, including trenching, cabling, and integration at the government-designated site in Vienna, OH.
- Training: Comprehensive on-site training for up to 10 government personnel covering system operation, troubleshooting, and administrative functions.
Technical Requirements
The UVIS must meet stringent salient characteristics and performance requirements, including:
- Imaging: Capture complete, high-resolution, full-color 3D composite images of undercarriages in a single pass (forward and reverse), resolving details as small as 1 inch (2.5 cm).
- Operation: Scan vehicles at speeds up to 45 MPH, withstanding repeated axle loads of at least 44 tons (40,000 kg).
- Durability: Environmentally sealed in-ground housing, operating reliably in outdoor conditions from -31°F to 158°F (-35°C to 70°C), with day/night capability and high-intensity LED illumination.
- Features: Automatic License Plate Recognition (LPR), Driver Image Camera, Foreign Object Detection (FOD) with programmable alerts, operator workstation with real-time display and image manipulation, and a searchable database for archiving scans.
- Compliance: Components must be IP67 rated, and the company ISO 9001:2015 Certified, with products Made in the USA.
Contract Details & Submission
- Contract Type: Request for Quotation (RFQ) leading to a single contract award.
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS: 561621, Small Business Size Standard $25 Million.
- Evaluation: Lowest Price Technically Acceptable (LPTA).
- Submission: Offerors must submit quotations in accordance with FAR 52.212-1, including their UEI Number and CAGE code. Registration in SAM.gov is required prior to award.
- Payment: Wide Area WorkFlow (WAWF) instructions are provided (DFARS 252.232-7006).
- Deadline: Quotes must be received no later than Friday, March 27, 2026, at 1:00 p.m. Eastern Daylight Savings Time (EDT).
- Contact: Ryan Cooley at ryan.cooley.5@us.af.mil or (330) 609-1045.
Additional Notes
This is a combined synopsis/solicitation, and a written solicitation will not be issued. The government is not obligated to award a contract or pay for quotation preparation costs.