Non-Intrusive Inspection (NII) Relocatable Passenger Vehicle Scanning Systems (RPVSS) IDIQ
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 U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, has issued a Request for Proposal (RFP) for Non-Intrusive Inspection (NII) Relocatable Passenger Vehicle Scanning Systems (RPVSS). This Indefinite Delivery/Indefinite Quantity (IDIQ) contract aims to procure approximately 100 advanced scanning units over five years to enhance border security. This opportunity is not set-aside for small business concerns. Proposals are due April 1, 2026, at 5:00 PM EDT.
Scope of Work
CBP seeks new, commercially available, relocatable, and self-contained mobile RPVSS units capable of high-throughput scanning (150+ vehicles per hour at 3-10 mph) to detect anomalies like explosives, drugs, and currency using low-dose X-ray, allowing occupants to remain in vehicles. Systems must operate in extreme environmental conditions (-30°C to 50°C threshold, -40°C to 60°C objective) and include features such as License Plate Readers (LPR), Integrated Data Package (IDP) export, and data integration. The scope also covers comprehensive support, including installation, training, maintenance, and a minimum five-year warranty. Deployment will primarily be along the Southwest Border and other CBP locations.
Contract Details
- Solicitation Number: 70B03C26R00000045
- Contract Type: IDIQ with Firm Fixed-Price (FFP) Delivery Orders
- Period of Performance: 5-year ordering period (5 separate 1-year periods)
- Estimated Value: Minimum Guarantee of $15,000.00; Maximum Contract Value of $200,000,000.00
- Set-Aside: Not set-aside
- PSC: 6635 (Physical Properties Testing And Inspection)
- NAICS: 334517 (Irradiation Apparatus Manufacturing) with a 1,200-employee size standard
Submission Requirements & Deadlines
- Questions Due: March 19, 2026, at 5:00 PM EDT (email to benjamin.j.dorgan@cbp.dhs.gov)
- Proposals Due: April 1, 2026, at 5:00 PM EDT
- Submission Method: Email only to benjamin.j.dorgan@cbp.dhs.gov, with subject line "Response to RFP 70B03C26R00000045: NII RPVSS IDIQ".
- Required Volumes:
- SF-1449: Completed (Attachment 1, specific blocks), including SAM UEI and POC.
- Volume I – Technical and Management Approach: Typed summary (max 15 single-sided pages), no pricing.
- Volume II – Past Performance: Submit relevant past performance; up to three references to complete and directly email Attachment 4 (Past Performance Questionnaire) to the Contract Specialist.
- Volume III – Price: Completed Proposal Pricing Schedule (Attachment 3) for all CLINs/SOW.
- Email Restrictions: Submissions must be less than 35MB; multiple emails allowed if necessary. Pricing must be valid for 120 days.
Evaluation Factors
Proposals must respond to all solicitation requirements to avoid rejection. The Government reserves the right to award without discussions. Evaluation factors and full award criteria are detailed in RFO 52.212-2 (Addendum) within Solicitation Attachment 1. Offerors without relevant past performance will receive a neutral rating.