Skip to content
Department of State

CODIS Phase III (Specialized Forensics IT Equipment)

Solicitation: 19AQMM26NCODIS3
Notice ID: 2e9f25c552de4abf991f537d3a15affc
TypeSources SoughtNAICS 541519Set-AsideNONEDepartmentDepartment of StatePostedFeb 05, 2026, 12:00 AM UTCDueFeb 19, 2026, 11:00 PM UTCExpired

Sources Sought from STATE, DEPARTMENT OF • STATE, DEPARTMENT OF. Place of performance: Mexico. Response deadline: Feb 19, 2026. Industry: NAICS 541519.

Market snapshot

Awarded-market signal for NAICS 541519 (last 12 months), benchmarked to sector 54.

12-month awarded value
$695,768,599
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$500,000
P10–P90
$67,222$77,049,535
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+339%($437,409,095)
Deal sizing
$500,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Mexico
Contracting office
Washington, DC • 20520 USA

Point of Contact

Name
Alexander Bring
Email
BringAG@state.gov
Phone
Not available

Agency & Office

Department
STATE, DEPARTMENT OF
Agency
STATE, DEPARTMENT OF
Subagency
ACQUISITIONS - AQM MOMENTUM
Office
Not available
Contracting Office Address
Washington, DC
20520 USA

More in NAICS 541519

Description

This Sources Sought Notice is part of the U.S. Government's market research efforts to identify capable vendors for supplying IT equipment and services listed in Appendix A: Technical Specifications of the attached Statement of Work (SOW). The information gathered will help inform future procurement strategies and requirements.

This Sources Sought Notice is issued solely for information and planning purposes - it does not constitute a Request for Quotation (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, IFB, or RFP, if any is issued.

Respondents are encouraged to review the attached draft Statement of Work (SOW).

Responding to this Sources Sought

  • Responses are limited to no more than 15 pages in length using 14 point Font Size. The Government prefers that your firm submit its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable. The response package shall be submitted in the NASA SEWP Quote Request Tool (QRT).
  • Please identify the following about your company:
    • Name of Company, Unique Entity ID (UEI), and CAGE Code
    • Point of contact name, phone number, and email address
    • Business Type:
      • Small Business
      • Small Disadvantaged Business
      • 8(a) – certified Small Disadvantaged Business
      • HUBZone
      • Veteran Owned Small Business (VOSB)
      • Service-Disabled Veteran Owned Small Business (SDVOSB)
      • Woman Owned Small Business (WOSB)
      • Economically Disadvantaged Woman Owned Small Business (EDWOSB)
      • Other than small business
  • Responses should provide a brief overview of your company. 
    • Appendix A: Technical Specification includes a general description of the deliverables for this requirement.
  • Respondents should address the following questions in their responses:
    • Please indicate whether your company would import the equipment into Mexico or procure it locally. If you plan to import the equipment, does your company have experience shipping equipment into Mexico? Additionally, is your company familiar with the customs and import regulations for shipping equipment into Mexico? Please provide specific examples and evidence of your experience complying with these regulations.
    • If the equipment is procured outside Mexico, will it be covered under a local warranty? Does your company have local representation to fix equipment in Mexico if needed? Will your company be able to offer technical support services in Spanish?
    • For hardware and software installation, ability to provide technical documentation in Spanish, including detailed descriptions and functions of the installed software.
    • Can your company provide the required installation services in Mexico? If so, will your company perform the work directly, or will it be subcontracted? Please specify which aspects, if any, would be handled by subcontractors.
    • Do you have an existing office, warehouse, or local partner in Mexico? If so, please describe.
    • What is your estimated lead time for procurement, shipping (if applicable), and installation?
    • What risks do you foresee with importation and/or installation in Mexico, and how would your company mitigate them?
    • Any additional information that may benefit the Government to refine the draft requirements document. Recommendations on the appropriate PSC and NAICS codes for this requirement
  • In addition to addressing the questions above, Respondents are encouraged to provide a Rough Order of Magnitude (ROM) or estimated pricing range for the described requirement. This information will be used solely for budgetary planning and to better understand current market conditions. All pricing provided is considered notional and nonbinding to the Government. At a minimum, the ROM response should address the following:
    • The pricing model(s) your organization would recommend for this requirement (e.g., per unit, per equipment, per storage, subscription-based, etc.).
    • A high-level description of your pricing structure for similar services.
    • An estimate of pricing aligned with the scope and requirements described in this RFI, based on your firm’s standard practices.
    • An assessment of whether and how this effort could be structured as a firm-fixed-price contract, if feasible.
    • Any recommendations or assumptions that could help minimize overall cost or price.

Response Submission Deadline

Please provide your responses to this Source Sought by February 19, 2026. Sources Sought Submissions will be accepted as email attachments only. All responses must be sent to Alexander Bring (BringAG@state.gov), Specialized Forensics IT Equipment Sources Sought 19AQMM26NCODIS3 in the subject line

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.