Medium Energy Mobile Systems (MEMS)
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 Non-Intrusive Inspection (NII) Medium Energy Mobile Systems (MEMS) under RFP 70B03C26R00000030. This will result in a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) delivery orders, with a maximum value of $270,000,000.00. The acquisition is Full and Open with no set-asides. Proposals are due April 10, 2026, by 2:00 PM ET.
Scope of Work
CBP seeks approximately 100 MEM Systems over a five-year ordering period to enhance non-intrusive inspections of conveyances (cargo, vehicles, containers) at various Ports of Entry and Border Patrol checkpoints. Key requirements include:
- System Capabilities: Real-time imaging, OCR for license plates/container numbers, conveyance surveillance, safety/security monitoring.
- Performance Standards: High energy penetration (≥ 8 inches steel), 95% availability (CONUS), 20 conveyances/hour throughput, 5% contrast sensitivity.
- Environmental Resilience: Operation in extreme temperatures (-30°C to 50°C), high humidity, wind (up to 40 mph), rain, sleet, snow, and blowing sand.
- Safety & Security: Compliance with radiation safety (ANSI N43.3, N43.14), OSHA, NRC, and DHS/CBP IT security policies.
- Deliverables: Fabrication, integration, testing, delivery, training, logistics, and on-demand support. Systems must include a minimum five-year warranty.
Contract Details
- Contract Type: Single Award IDIQ with FFP Delivery Orders.
- Ordering Period: Five (5) years (60 months).
- Maximum Value: $270,000,000.00.
- Minimum Guarantee: One (1) system.
- Set-Aside: Full and Open (no set-asides).
- NAICS Code: 334517 (Irradiation Apparatus Manufacturing).
Submission & Evaluation
Proposals must be submitted electronically in three volumes:
- Volume I: Technical Approach and Management Approach.
- Volume II: Past Performance (using Attachment 2 questionnaire).
- Volume III: Price.
Evaluation Factors: Technical Approach, Management Approach, and Past Performance are more important than Price. Technical and Past Performance combined are more important than Price.
Key Deadlines:
- Questions Due: March 23, 2026, by 2:00 PM ET.
- Proposals Due: April 10, 2026, by 2:00 PM ET.
Key Information
All interested parties must be registered in the System for Award Management (SAM) prior to award. Contact Starla VanWinkle at starla.r.vanwinkle@cbp.dhs.gov for inquiries.