Vehicle Forensics Collection: Commercial vehicle
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 Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) is soliciting quotes for Vehicle Forensics Collection capability, including portable hardware, software licenses, training, and support. This solution is for acquiring, analyzing, reporting, and sanitizing electronic data from vehicle systems for investigative and evidentiary purposes. This is a Total Small Business Set-Aside. Quotes are due May 4, 2026, at 5:00 PM EST.
Scope of Work
This requirement focuses on providing a comprehensive vehicle forensics collection capability, specifically for investigative, evidentiary, and operational security use cases. Key deliverables include:
- CLIN 0001: Motion Safe unit (Quantity: 2)
- CLIN 0002: Training (Quantity: 8) The solution must support data acquisition, analysis, reporting, and sanitization from vehicle systems. It is explicitly not for fleet management.
Contract & Timeline
- Contract Type: Single-award Firm-Fixed-Price (FFP) purchase.
- Set-Aside: Total Small Business Set-Aside.
- Required Delivery Date (RDD): 90 days after award.
- Ship To Location: ATF Special Operations Division/Technical Operations Branch, Sterling, VA 20166.
- Questions Due: May 1, 2026, 12:00 PM EST.
- Quotes Due: May 4, 2026, 5:00 PM EST.
- Published Date: April 24, 2026.
Evaluation
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include:
- Technical Acceptability
- Past Performance (Acceptable/Unacceptable)
- Price
Eligibility / Set-Aside
This procurement is a Total Small Business Set-Aside. Offerors must be registered in the System for Award Management (SAM.gov) and comply with specific FAR and JAR clauses, including those related to commercial items, small business utilization, and security requirements.
Additional Notes
Offerors must complete and return specific FAR Clauses (52.209-5, 52.209-7, 52.209-11) with their quote. Questions and quotes must be submitted via email to Brian.Wilkins@atf.gov and Courtney.Wiggins@atf.gov. Attachments A and B contain Technical Capability Documentation.