Permanent Under Vehicle Inspection System (UVIS)
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 the Air Force, 910th AW LGC is seeking quotations for a Permanent Under Vehicle Inspection System (UVIS), including installation and training, for the Youngstown Air Reserve Station in Vienna, OH. This is a 100% Small Business Set-Aside opportunity. The requirement is for a Brand Name or Equivalent to the LowCam Model VI150LPR-FOD. Quotations are due by March 27, 2026, at 1:00 p.m. EDT.
Scope of Work
The acquisition is for one (1) Permanent Under Vehicle Inspection System (UVIS) to enhance and expedite security processes at a new Access Control Point (ACP) and Commercial Vehicle Inspection Area. The contractor will be responsible for providing, installing, integrating, and testing a complete, turn-key UVIS solution. This includes all necessary hardware and software for scanning, inspecting, identifying, and archiving high-resolution images of vehicle undercarriages, as well as providing on-site training for government operators and system administrators.
Key Technical Requirements
The UVIS must meet specific salient characteristics and performance requirements, including:
- In-Ground Housing Unit: Environmentally sealed, submergence-tested aluminum block design, 40,000 lbs (20 tons) per axle load rating, flush-mounted camera unit, and easy maintenance access.
- Under Vehicle Imaging: 3D Composite View with dynamic HD video playback, four IP High Definition color cameras, digital undercarriage detection via LEDDAR sensors, automatic recording, and full side-to-side/front-to-back coverage. Must operate Day/Night and in temperatures from -30°F to 140°F.
- Performance: Capable of scanning vehicles up to 45 MPH, withstanding 44 tons axle loads, resolving details as small as 1 inch, and providing automated detection of differences or foreign objects.
- Features: Integrated Automatic License Plate Recognition (LPR), Foreign Object Detection (FOD), Driver Image Camera, Operator Workstation, and a searchable database for archiving scans.
- Compliance: Components must be IP67 rated, and the system should be ISO 9001:2015 Certified and Made in the USA.
Contract Details
- Solicitation Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: FA665626Q0005
- Set-Aside: 100% Small Business Set-Aside
- NAICS Code: 561621 (Small Business Size Standard: $25 million)
- Contract Type: Single contract award anticipated.
- Payment: Electronic invoicing via Wide Area WorkFlow (WAWF) is required.
Evaluation Factors
Award will be made to the responsible Offeror whose offer is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Offerors must ensure their proposed solution meets or exceeds all specified salient characteristics and performance requirements.
Submission Requirements & Deadline
Offerors must submit quotations in accordance with FAR 52.212-1, including their Contractor’s UEI Number and CAGE code. Registration in the System for Award Management (SAM) at www.sam.gov is mandatory prior to award.
- Quote Due Date: March 27, 2026, by 1:00 p.m. Eastern Daylight Savings Time (EDT).
- Submission Method: Email to ryan.cooley.5@us.af.mil or by mail to the 910th CONF/PK office.
- Contact: Ryan Cooley, Contract Specialist, at (330) 609-1045 or ryan.cooley.5@us.af.mil.