Request for Information (RFI) - Large-Scale Fixed Systems - Multi-Energy Portal and Low-Energy Portal

SOL #: 70B03C26R00000089Sources Sought

Overview

Buyer

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

Place of Performance

DC

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

Hazard Detecting Instruments And Apparatus (6665)

Set Aside

No set aside specified

Timeline

1
Posted
May 5, 2026
2
Response Deadline
May 21, 2026, 4:00 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

This is a Request for Information (RFI) from U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, seeking industry input for a Draft Request for Proposals (RFP). The RFI concerns the procurement of Large-Scale Fixed Systems, specifically Multi-Energy Portal (MEP) and Low-Energy Portal (LEP) X-Ray systems for the Non-Intrusive Inspection (NII) Program. CBP intends to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. Questions regarding the draft RFP are due by May 21, 2026, 12:00 PM EST.

Purpose & Scope

The primary objective is to secure best-in-class NII equipment and systems to improve the inspection of vehicles and conveyances for illegal contraband (narcotics, currency, terrorist weapons) at various CBP Ports of Entry (POEs) along U.S. borders. The scope includes providing MEP and LEP systems, along with associated services such as site preparation, design, delivery, installation, civil works, testing, documentation, training, lifecycle support, and warranties. Systems must be safe, produce detailed images, and meet specific operational availability standards.

Key Requirements

The requirement is for MEP and LEP X-Ray systems, with detailed specifications outlined in the attached Statement of Work (SOW) and Functional Requirements Documents (FRDs).

  • MEP Systems: Three configurations are detailed for different operational environments (Border Patrol checkpoints, seaports, land border POEs). Requirements cover functional, physical, performance, interface, survivability, security, and environmental aspects.
  • LEP Systems: Three types of LEP portals are specified for various scanning scenarios (pre-primary, primary, secondary) and vehicle types (passenger vehicles, buses, commercial trucks). Requirements include performance metrics for data availability, scanning speeds, throughput, and image quality.
  • Services: Installation, civil works, site preparation, engineering services, and support will be priced as time and materials (T&M).
  • Compliance: Systems must adhere to federal regulations, national standards, and DHS/CBP documents, including cloud-based architecture and IT security policies.

Contract Details (Anticipated)

  • Contract Type: Multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts.
  • Ordering Period: Five (5) years from the date of award (anticipated FY26-FY31).
  • Maximum Buy: 60 systems, with a maximum contract value not to exceed $1.4 billion.
  • Minimum Guarantee: One (1) MEP or LEP system via the initial Delivery Order.
  • Period of Performance: IDIQ contract will have a five-year ordering period and ten years of maintenance. Delivery orders may have performance periods up to ten (10) years.
  • Warranty: Each system will have a twelve (12) month minimum warranty.

Set-Aside

The acquisition is listed as Small Business Unrestricted.

Submission & Evaluation (Anticipated)

Proposals for the future RFP will be evaluated in two phases:

  1. Phase 1: Technical acceptability, requiring non-developmental systems that meet performance/life-cycle support parameters and have been successfully demonstrated.
  2. Phase 2: Technical approach, management approach, past performance, and price. Technical and management approaches will use confidence ratings. Past performance will be evaluated via questionnaires and federal databases. Price will be evaluated for reasonableness. Proposals must be submitted in four volumes: Technical Acceptability and Video, Technical, Past Performance, and Pricing. A video demonstrating the proposed system is required. The mandatory IDIQ Pricing Table (Attachment 8) must be completed.

Additional Notes

This RFI is for Government market research and does not constitute a commitment to procure. Vendors must be registered in the System for Award Management (SAM). Specific clauses related to security, data handling, and contractor personnel requirements are included.

People

Points of Contact

Aga FrysPRIMARY
Max HempeSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: May 5, 2026