Full Spectrum Imaging Systems
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 Drug Enforcement Administration (DEA) intends to negotiate a sole source contract with Thomas Scientific, LLC for Full Spectrum Imaging Systems (FSIS). This procurement is for six FSIS II Color Lab Systems for the new DEA laboratory in Londonderry, NH. The acquisition will be conducted under FAR Part 13 "Simplified Acquisition Procedures." Vendors who believe they can meet the requirements may submit a capability statement by March 20, 2026, at 10:00 AM Eastern Time.
Scope of Work
The requirement is for six (6) FSIS II Color Lab Systems, which include proprietary Arrowhead custom software. These systems enable friction ridge examiners to view and capture 3D, textured, and round surfaces, integrating with latent print development on evidence items. Key features include custom image enhancement software and a hands-free capture activation device.
Contract & Timeline
- Contract Type: Firm-Fixed Price Purchase Order
- Anticipated Contractor: Thomas Scientific, LLC
- Total Estimated Value: $493,846.14
- Period of Performance/Delivery Date: July 30, 2026
- Set-Aside: Total Small Business (FAR 19.5) - Note: While this notice carries a Total Small Business Set-Aside code, the procurement is an intent to sole source, and the justification document explicitly states it is not an eligible set-aside for this specific acquisition.
- Capability Statement Due: March 20, 2026, 10:00 AM ET
- Published Date: March 16, 2026
Justification for Sole Source
The sole source justification is based on the proprietary nature of the Arrowhead software and algorithms, which are wholly owned by Thomas Scientific, LLC. They are the sole licensor, and market research confirmed Thomas Scientific, LLC owns the US Patent for the FSIS and does not offer it to resellers. Procuring from an alternate source would require a non-equivalent product or risk violating copyright/licensing. The system is described as a fully integrated imaging capability, engineered and validated as a single system, for which no other vendor can provide an equivalent, legally licensed, and fully interoperable solution.
Submission & Evaluation
This notice is an intent to sole source and not a request for competitive quotation. A Request for Quotation (RFQ) is not available. Capability statements from vendors who feel they can meet the Government's requirements will be considered. However, a determination by the Government not to open the requirement to competition based on responses is solely within the Government's discretion. All submissions should be sent electronically to Kenny.J.Douangmala@dea.gov.