Skip to content
Department of Homeland Security

Non-Intrusive Inspection (NII) Relocatable Passenger Vehicle Scanning Systems (RPVSS) IDIQ

Solicitation: 70B03C26R00000045
Notice ID: bbef79cb8015476da5499a29644b6ebd

Combined Synopsis Solicitation from US CUSTOMS AND BORDER PROTECTION • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: DC. Response deadline: Apr 10, 2026. Industry: NAICS 334517 • PSC 6635.

Market snapshot

Awarded-market signal for NAICS 334517 (last 12 months), benchmarked to sector 33.

12-month awarded value
$11,322,353
Sector total $52,180,653,996 • Share 0.0%
Live
Median
$163,242
P10–P90
$84,528$918,535
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)
+143%($4,714,953)
Deal sizing
$163,242 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 →
Map for DC
Live POP
Place of performance
Washington, District of Columbia • United States
State: DC
Contracting office
Washington, DC • 20229 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
DC20260001 (Rev 3)
Match signal: state matchOpen WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
+70 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 70 more rate previews.
Davis-BaconBest fitstate match
DC20260001 (Rev 3)
Open WD
Published Jan 23, 2026District of Columbia • Washington, D.C.
Rate
Asbestos Worker/Heat and Frost Insulator
Base $40.77Fringe $20.17
Rate
HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
Fire Stop Technician
Base $30.21Fringe $10.43
+69 more occupation rates in this WD
Davis-Baconstate match
DC20260002 (Rev 2)
Open WD
Published Jan 16, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.77Fringe $20.17
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
FIRESTOPPER
Base $30.21Fringe $10.43
+28 more occupation rates in this WD
Davis-Baconstate match
DC20260003 (Rev 0)
Open WD
Published Jan 02, 2026District of Columbia • Washington, D.C.
Rate
ASBESTOS WORKER: HAZARDOUS MATERIAL HANDLER
Base $24.46Fringe $10.19
Rate
ELEVATOR MECHANIC
Base $57.16Fringe $38.43
Rate
PLUMBER
Base $29.60Fringe $14.71
+11 more occupation rates in this WD
Service Contract Actstate match
2021-0169 (Rev 18)
Open WD
Published Dec 03, 2025District of Columbia
47040
Diver
Base $60.90Fringe $0.00
47041
Diver Tender 34.80 (not set) - Diver Supervisor
Base $66.99Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** OCCUPATIONS NOT INCLUDED IN THE SCA DIRECTORY OF OCCUPATIONS ** Diver Supervisor Responsibilities of the supervisor include oversight of diving operations, conducting safety meetings, establishing dive plan/tasks, completing dive related paperwork, communicating with divers and tenders, monitoring diving equipment and diving conditions.

Point of Contact

Name
Benjamin Dorgan
Email
benjamin.j.dorgan@cbp.dhs.gov
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US CUSTOMS AND BORDER PROTECTION
Subagency
BORDER ENFORCEMENT CONTRACTING DIVISION
Office
Not available
Contracting Office Address
Washington, DC
20229 USA

More in NAICS 334517

Description

The purpose of Amendment 1 to Notice ID 70B03C26R00000045 is to accomplish the following:

1. Provide a question and answer (Q&A) document in response to solicitation questions titled ‘2.5.1_Sol_A1_Questions and Answers_RPVSS_70B03C26R00000045’.

2. Provide a revised Statement of Work (SOW) titled ‘2.5.1_Sol_A1_SOW_Revised_70B03C26R00000045’.  Sections 2.3, 3.2.1.5, and DID A016 of the SOW have been revised to reflect consistency with answers as provided in the Q&A document.  This revised SOW supersedes the previously provided SOW.

3. Extend the proposal submission deadline until April 10, 2026 at 05:00 PM Eastern Daylight Time.

All other terms and conditions remain unchanged.

_________________________________________________________________________________________________________

This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with Revolutionary Federal Acquisition Regulation Overhaul (RFO) Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.

Solicitation number 70B03C26R00000045 is issued as a Request for Proposal (RFP) for Large Scale (LS) Non-Intrusive Inspection (NII) Relocatable Passenger Vehicle Scanning Systems (RPVSS) in accordance with the requirements of the attached Statement of Work (Solicitation Attachment 2).  CBP intends to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a period of performance of 5 Years with 5 separate 1-year ordering periods.

This acquisition is not set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at these addresses:  https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52, https://www.dhs.gov/cpo-dhs-far-overhaul-deviations, and https://www.dhs.gov/sites/default/files/2025-11/25_1119_cpo_rfo-hsar-class-deviations-hsar-part-3052.pdf.

The product service code (PSC) for this acquisition is 6635 {Physical Properties Testing and Inspection} and the North American Industry Classification System (NAICS) code is 334517 {Irradiation Apparatus Manufacturing} with a small business size standard of 1,200 employees.

One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.  Please see solicitation Attachment 1 for a list of the solicitation provisions and contract clauses that apply to this acquisition.

A. QUESTION DEADLINE:

Please submit any questions concerning this solicitation at the earliest time possible to enable the Government to respond. Questions must be submitted directly by email only to benjamin.j.dorgan@cbp.dhs.gov.  No phone calls.  Questions not received by the question submission deadline of Thursday, March 19, 2026 at 5:00 PM Eastern Daylight Time (EDT) may not be considered.

B. PROPOSAL SUBMISSION INSTRUCTIONS:

The deadline for receipt of proposals for this requirement is: Friday, April 1, 2026 at 5:00 PM EDT.  All responsible sources may submit a proposal which will be considered by the agency.  Proposal submissions must be submitted by email only to Contract Specialist Benjamin Dorgan at: benjamin.j.dorgan@cbp.dhs.gov.  Subject line of the email should read: “Response to RFP 70B03C26R00000045: NII RPVSS IDIQPricing submitted must be for all SOW requirements and must be valid for at least 120 calendar days after close of the solicitation.

THE FOLLOWING ITEMS SHALL BE SUBMITTED WITH EACH PROPOSAL:

  1. A completed copy of the SF-1449 (solicitation Attachment 1, pg. 1).  Complete Blocks 17a, 17b (if applicable), 30a, 30b and 30c.  Offerors must also provide their System for Award Management (SAM) Unique Entity Identification (UEI) number.  At least one main business point of contact including name, email address, and phone number shall also be provided.  Additionally, the vendor shall acknowledge all solicitation amendments issued.
     
  2. Volume I – Technical and Management Approach:  Offerors shall submit a typed summary that addresses the technical and management approach to meet the requirements listed in the Statement of Work (SOW).  No pricing information shall be submitted in this volume.  All material submitted must be directly pertinent to the requirements of this solicitation.  Extraneous narrative, elaborate brochures, uninformative public relations material, and so forth, shall not be submitted.
     
  3. Volume II – Past Performance:  Offerors shall also submit relevant past performance information for projects similar in size/scope to this requirement for Federal, State, and local government, and private clients.  Offerors shall request that a maximum of three (3) references complete Solicitation Attachment 4 (Past Performance Questionnaire).  The reference shall submit the completed questionnaire directly by email to the solicitation’s Contract Specialist at benjamin.j.dorgan@cbp.dhs.gov.  Information for contracts or subcontracts shall be for relevant contracts and subcontracts currently in process or completed within the past five (5) years.  In accordance with RFO 15.202(c)(1), an offeror without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance but rather will receive a rating of neutral.
     
  4. Volume III – Price:  Offerors shall submit a completed copy of solicitation Attachment 3 (Proposal Pricing Schedule).  Pricing must be provided for all Contract Line-Item Numbers (CLINs) and SOW requirements.

Emailed submissions must be in separate attachments and clearly indicate what is being provided. The following criteria must be followed when submitting proposal attachments:

  1. No more than fifteen (15) single-sided pages total for Volume I (TECHNICAL AND MANAGEMENT APPROACH).

Due to restrictions on the size of email, offerors must ensure that all emails submitted are less than 35MB.  If the proposal exceeds 35MB, submissions must be separated into multiple emails and include in the subject line the solicitation number and # of # emails.  If multiple emails are sent, all emails must be received no later than the closing date and time of the solicitation.  Any electronic submission determined to contain a virus will be deleted and will not be viewed or accepted for consideration under this solicitation.  The Contract Specialist is not responsible for acquiring any additional information.  If attachments submitted are corrupted or otherwise cannot be opened by the Contract Specialist, the proposal may be determined non-responsive.

C.  PROCEDURES FOR AWARD

Proposals that do not respond to all requirements in the solicitation may be rejected without further evaluation, deliberation, or discussion.  The Government reserves the right to award without discussions.  See RFO 52.212-2 (Addendum) within solicitation attachment 1 for evaluation factors and full award criteria details.

D.  SOLICITATION ATTACHMENTS:

  1. SF-1449 including Applicable Solicitation Provisions & Contract Clauses
  2. Statement of Work (SOW)
  3. Proposal Pricing Schedule
  4. Past Performance Questionnaire

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.