Skip to content
Department of State

INL Colombia Handheld X-Ray Imagers

Solicitation: 191NLE26I0014
Notice ID: c591f9f758fc42a4b5882fd4862481f1
TypeSpecial NoticeNAICS 334516PSC6635Set-AsideNONEDepartmentDepartment of StatePostedFeb 05, 2026, 12:00 AM UTCDueFeb 13, 2026, 05:00 PM UTCExpired

Special Notice from STATE, DEPARTMENT OF • STATE, DEPARTMENT OF. Place of performance: Colombia. Response deadline: Feb 13, 2026. Industry: NAICS 334516 • PSC 6635.

Market snapshot

Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.

12-month awarded value
$7,769,405
Sector total $20,341,046,444 • Share 0.0%
Live
Median
$28,341
P10–P90
$0$260,017
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)
+100%($7,769,405)
Deal sizing
$28,341 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
Colombia
Contracting office
Washington, DC • 20520 USA

Point of Contact

Name
Michele Coccovizzo
Email
coccovizzoML@state.gov
Phone
Not available
Name
Jamillah Timmons
Email
timmonsj@state.gov
Phone
Not available

Agency & Office

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

More in NAICS 334516

Description

Sources Sought Notice:  19INLE26I0014 - INL Colombia Handheld X-Ray Imagers

(PCS: 6635; NAICS: 334516)

Background:

In direct support of the INL Colombian Army Interdiction efforts, INL Bogota Programs will provide Handheld X-Ray Imagers to establish capable land-based interdiction operations in detecting narcotics and weapons.

This Sources Sought notice is issued for planning market research purposes only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the Sources Sought, nor is any commitment on the part of the Government to award a contract implied. Responses to this notice will assist the Government in identifying potential sources and in determining if a Small Business set-aside of the solicitation is appropriate. Respondents are advised that the Government will not pay for any information or administrative cost incurred in response to this Sources Sought. Responses to this notice will not be returned.

The following information is requested in this RFI/Sources Sought:

1.  Company name, point of contact, phone number, and address;

2.  UEI Number and CAGE Code;

3.  Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor];

4.  SDVOSB/HUBZONE/8(a)/WOSB or other SBA certification for applicable NAICS;

5.  Statement of capabilities applicable to this requirement;

6. Ability to provide in-country training by OEM certified instructors

7. Estimated Delivery time - ARO

Interested contractors may provide the above information via e-mail to the addresses listed below. Information submitted must be in sufficient detail as to allow for a thorough government review of the firm's interest and capabilities.

This information is due no later than Friday, February 13, 2026, at 12:00 PM EST.

Primary Point of Contact:

Michele Coccovizzo
Senior Contract Support Specialist
CoccovizzoML@state.gov

Secondary Point of Contact:

Jamillah Timmons
Contracting Officer
TimmonsJ@state.gov

Technical Specifications:

New ammunition only, reloaded munition is not acceptable. Ammunition must be in original packaging. Requested ammunition must be covered by manufacturer’s warranty and procured via a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channel upon request.

  1. Handheld X-Ray imager with the following minimum specifications: Qty – 7

•           Qty two (2) rechargeable Li-ion battery pack

•           Qty one (1) 110/220V AC battery charger

•           Qty one (1) Power cord for equipment operation and battery charger

•           Qty one (1) USB cable for data transmission to computer

•           Infinity detector.

•           Embedded 7” FHD display, Android 9, USB, WIFI, Bluetooth.

•           Qty one (1) Lockable waterproof IP54 certified carrying case, or similar.

•           140 keV 10W X-ray Tube.

•           Operating conditions -40° F (-40° C) to 140° F (60° C)

•           High resolution integrated color touch screen

•           Scan speed Up to 16" (41 cm) per second or less, up to 8mm penetration.

•           User’s manual

•           Shoulder strap

•           2-year warranty. General equipment revision, software updates, maintenance as required.

  1. Modular Transmission Panel with the following minimum specifications: Qty – 2

MTP+1417i, 14x17  Modular Transmission Panel

(MTP+), (1) Weatherproof Carrying

Case with wheels, (2) Batteries, (1)

Charger, and Mounting Accessories.

  1. Training                                                         Qty – 1

Sixteen (16) hours of training in the operation of the handheld X-Ray imager for twenty (20) students.   Contractor shall deliver the training no later than twenty (20) calendar days after the X-Ray imagers arrive to the Colombian Army.  Contractor shall use OEM certified instructors, deliver the training in Spanish Language, provide all the required training aids and printed study materials to train the students at the Colombian Army installation (likely Tolemaida/Larandia).  The newly acquired equipment could be used by the students for this training. The training shall include classroom instruction and hands-on practical training with hidden compartments in conveyances.  Before executing the training, contractor shall provide proof of instructors’ OEM certification and the proposed course syllabus for evaluation and approval by the designated Contracting Officer Representative (COR).  After the training is completed, contractor shall provide each student with a certificate of attendance for this training indicating the number of hours trained.  The contractor is responsible for travel, lodging, and meals for the instructor (s).

As a minimum the training shall cover the following topics:

•           Retro dispersion X-ray technology

•           Equipment characteristics

•           Equipment technical use

•           Information and images administration

•           Basic maintenance and safety measures

•           Operation and functionality tests

Delivery (Shipping and Handling Instructions):

The ammunition shall be delivered to INL warehouse in Colombia, Avenida Calle 22 No. 68B Avenida Calle 22 No. 68B—75. Centro de distribucion logistico CCL. Barrio Montevideo Bogota, Colombia (local vendors), or INL Freight Forwarder in Miami, FL. – USA (US Vendors).

Freight Forwarder Information:


Goldbelt Security, LLC
10800 NW 21st Street, Suite 100
Miami, FL 33172
 

The Contractor shall properly pack and consolidate the entire shipment to prevent damage, loss and/or misdirection. Upon notification, the contractor shall replace any items lost or damaged during shipment. Partial shipments are not allowed unless approved in writing by the Contracting Officer. The ammunition acquired through this contract will be donated to the government of Colombia, Colombian National police. In addition to ensuring that all items are prepared for safe shipment, the contractor shall include all the necessary export approvals, required material data safety sheets, licenses, and paperwork. One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the “lead” or number one box/carton/package, or individually attached to the outside of each box/carton/package. The packing list shall include, at a minimum: description, brand name, serial number (if any), and quantities.

Warranty:

All items covered under warranty for a minimum of 12-months from date of acceptance, or standard commercial warranty, whichever is longer. To facilitate expeditious return of warranty items and to avoid delays in the warranty process, the offeror shall provide within 15 days of notification of a warranty action the required information to facilitate shipping of warranty items to manufacturer. This includes, but is not limited to, information to ensure full compliance with ITAR regulations and no delay in providing the Reference RA# and a shipping address.

Customs Clearance and Tax Exemptions:

If applicable, the U.S. Government will assist the Contractor in obtaining customs clearance in Colombia and tax exemption certificates from the Government of Colombia in accordance with the packing, marking, and submission of documents as instructed herein.

Inspection And Acceptance:

The designated COR will also inspect items received to verify compliance with this SOW. Designated COR will formally accept the items once verification is completed, and a determination is made that the items fully comply with the specifications and is at the site of issue, designated Colombian National Police location.

The packing list of all equipment shall include at a minimum: description, brand name, serial number (if any), and quantities.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.