USCG Contraband Detection (Trace)
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. Coast Guard (USCG), under the Department of Homeland Security, has issued a Sources Sought / Request for Information (RFI) for portable trace detection technologies for narcotics. This market research aims to identify commercially available systems suitable for demanding maritime operational environments. The RFI is managed by the C5I Division in Kearneysville, WV. Questions are due May 21, 2026, and responses are due June 3, 2026.
Scope of Work
The USCG is seeking information on systems capable of rapid and accurate detection of a broad spectrum of illicit substances, including evolving synthetic drugs like Fentanyl. The Capability Needs Statement (CNS) emphasizes the need for ruggedized hardware resilient to harsh maritime environments, reliable data extraction, and full lifecycle support. Key mission objectives include enhancing personnel safety, enabling defensible law enforcement actions, and generating actionable intelligence.
Key Information Requested from Vendors
Vendors should provide comprehensive responses addressing:
- Detection Capabilities: List of detectable substances, library size, ability to detect narcotic and explosive traces, minimum detection limits, and library configurability.
- Operational Performance: Analysis time, warm-up, calibration frequency, and false positive/negative rates.
- Physical and Environmental Characteristics: Dimensions, weight, portability, power source, battery life, and ruggedness (IP rating, shock/vibration, salt fog resistance).
- Data Management and Security: Onboard storage, data export methods, and cybersecurity features.
- Fleet Management: Remote health monitoring, configuration management, and software/firmware/threat library update processes.
- Human Factors: User interface operability (e.g., with gloves, readability in various light conditions), and audio/visual alerts.
- Company Profile: Socioeconomic status, UEI, CAGE Code, and experience with federal/law enforcement agencies.
- Technical: Detailed technical specifications, technology readiness, support/maintenance plan, and training recommendations.
- Financial: Estimated, non-binding pricing for a single unit, annual consumables, and training courses.
- Logistics: Delivery timeline and availability via GSA eBuy, NASA Sewp IV, or other strategic sourcing vehicles.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None (Market Research)
- Questions Due: May 21, 2026, 12:00 PM EST
- Responses Due: June 3, 2026, 12:00 PM EST
- Published: May 6, 2026
Submission Instructions
- Format: Electronic submission, not exceeding 10 pages (excluding cover page), formatted in MS Word, Excel, PowerPoint, or Adobe.
- Method: Email all questions and responses to Brenda E. Oberholzer (Brenda.E.Oberholzer@uscg.mil) and Cora B. Good (Cora.B.Good@uscg.mil).
Additional Notes
This is for market research only and not a request for proposals. The government will not pay for costs incurred. Submissions become government property, and no proprietary, classified, or sensitive information should be included. Failure to provide sufficiently detailed information may impact future consideration for solicitations.