Mobile X-Ray Inspection Vehicles

SOL #: 70B03C26R00000031Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

Hazard Detecting Instruments And Apparatus (6665)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 9, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Apr 6, 2026, 5:00 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

The Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Non-Intrusive Inspection (NII) Mobile X-Ray Inspection Vehicles. This is a single-award, Full and Open opportunity with a five-year ordering period and a maximum value of $85 million. Proposals are due April 6, 2026, at 10:00 AM PT.

Scope of Work

This contract requires the supply of turn-key Dual View Mobile X-Ray Inspection Vehicles to enable CBP officers to conduct NII of passenger baggage and parcels at U.S. Ports of Entry. The acquisition aims for up to 130 vehicles, which may require modifications to support CBP's Concepts of Operation. The scope includes training development, operator training, OCONUS shipping, weatherproofing, cold weather packages, and on-demand services. Systems must meet stringent radiation safety standards and critical Reliability, Availability, and Maintainability (RAM) performance metrics, including a minimum five-year failure-free warranty. Adherence to DHS and CBP IT security policies is mandatory.

Contract Details

  • Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) or Fixed Unit Price (FUP) Delivery Orders.
  • Ordering Period: 60 months (5 years) from the date of award.
  • Maximum Value: $85,000,000.00.
  • Minimum Guarantee: The initial Delivery Order.
  • Set-Aside: Full and Open (Unrestricted).
  • NAICS Code: 334517 (Irradiation Apparatus Manufacturing).
  • Product Service Code: 6665 (Hazard Detecting Instruments And Apparatus).

Submission & Evaluation

  • Proposal Submission: Must be submitted electronically via email to Christopher J. Shaw (christopher.j.shaw@cbp.dhs.gov).
  • Required Volumes: Volume I (Technical/Management, max 25 pages), Volume II (Past Performance, max 10 pages), and Volume III (Price).
  • Past Performance: Offerors must detail experience with similar systems/services, with references providing feedback via a Past Performance Questionnaire (Attachment 2).
  • Offer Validity: Proposals must remain valid for at least 180 calendar days.
  • Basis of Award: Best value trade-off analysis, considering technical approach, management approach, past performance, and price.

Key Dates

  • Questions Deadline: March 20, 2026, 10:00 AM PT.
  • Offer Due Date: April 6, 2026, 10:00 AM PT.
  • Published Date: March 4, 2026.

Additional Notes

All interested parties must be registered in the System for Award Management (SAM) prior to award. Key attachments include the Statement of Work (Attachment 1) and the Past Performance Questionnaire (Attachment 2).

People

Points of Contact

Christopher J. ShawPRIMARY

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Mar 4, 2026
Version 1
Pre-Solicitation
Posted: Feb 9, 2026
View
Mobile X-Ray Inspection Vehicles | GovScope