X-RAY LEASE
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. Department of Homeland Security (DHS), Federal Protective Services (FPS), is conducting market research through a Sources Sought notice for a national X-Ray Detection Machines lease contract (CONUS/OCONUS). This initiative aims to identify contractors capable of providing advanced X-ray systems for threat mitigation at federal facilities. Responses are due April 17, 2026.
Purpose & Scope
FPS Countermeasures Operations Division (CMOD) seeks to lease new X-ray detection machines to physically screen illegal and prohibited items at federal facility entrances and for parcel/mail screening. This market research will inform the government's strategy for a future solicitation, including potential set-aside determinations.
The requirement includes:
- Lease of New X-ray Machines: Single-view and dual-view systems, with optional 3D imaging and AI/machine learning for threat detection. Machines must meet federal regulations and ANSI/UL standards.
- Types: Small/Compact, Medium, Large, and X-Large Parcel Security Screening machines, each with specific dimensional requirements.
- Services: Comprehensive package including shipping, handling, installation, maintenance, and a service agreement.
- Ancillary Equipment: Entrance and exit roller tables, with options for barriers.
- Locations: FPS designated locations within the Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS).
Key Requirements & Performance Standards
Machines must feature:
- AI/machine learning for threat detection and 3D imaging.
- Automatic threat detection algorithms and auto-calibration.
- Secure software with minimal operator access.
- Ability to store/retrieve images in .jpg format.
- Minimum target resolution of 36 AWG (ASTM F792 conformance).
- Minimum detection of specified explosives (e.g., TNT, RDX) and other threats.
- Maintenance: 4-hour initial response, 24-72 hour repair/replacement, annual preventative maintenance, and 95% uptime over 60 days.
- Delivery: CONUS within 30 days, OCONUS within 90 days, with installation within 24 hours of delivery.
- Compliance: Adherence to various federal regulations (e.g., 21 CFR 1020.40, 29 CFR 1910.1096, UL 61010-1).
- Training: Formal training for FPS personnel.
- Reporting: Monthly inventory, installation/removal, radiation survey, and maintenance logs.
Contract Details & Timeline
- Opportunity Type: Sources Sought (for market research only).
- Anticipated Period of Performance: November 1, 2026 – October 31, 2031 (one 12-month base period with up to four 12-month option periods).
- NAICS Code: 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing).
- Small Business Size Standard: $40M.
- Set-Aside: None specified for this Sources Sought; the government is researching potential small business participation.
- Response Due: April 17, 2026, by 5:00 PM ET.
- Published Date: April 13, 2026.
Submission Requirements
Interested entities must:
- Complete the provided Sources Sought document.
- Provide specific business information.
- Confirm small business status under NAICS 532490 and identify applicable categories (SDB, Hubzone, WOSB, SDVOSB).
- Answer questions regarding capabilities, past performance, financial responsibility, and subcontracting experience.
- Address questions related to the draft Statement of Work (SOW).
- Email responses to: Danielle DiMedio at danielle.dimedio@fps.dhs.gov.
- Important: This is not an RFP; no contract will be awarded from this announcement. Do not submit classified, business confidential, proprietary, or cost/pricing information. Telephone inquiries will not be accepted.