Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 25, 2025 SAM #8612
SPECIAL NOTICE

J -- Notice of Intent to Sole Source, Leidos Security Detection and Automation, X-ray services

Notice Date
6/23/2025 10:06:27 AM
 
Notice Type
Special Notice
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
FEDERAL EMERGENCY MANAGEMENT AGENCY
 
ZIP Code
00000
 
Solicitation Number
WX04104Y2025T
 
Response Due
6/27/2025 1:00:00 AM
 
Archive Date
07/12/2025
 
Point of Contact
Laura B. Harshbarger, Phone: 3014477611
 
E-Mail Address
laura.harshbarger@dhs.fema.gov
(laura.harshbarger@dhs.fema.gov)
 
Description
The Federal Emergency Management Agency intends to negotiate on a sole source basis in accordance with FAR Part 13, with Leidos Security and Detection Systems Inc. (Leidos SDS), One Radcliff Road, Tewksburg, MA 01876 as the only responsible source that can provide preventative maintenance and radiation safety surveys to the Center for Domestic Preparedness (CDP), in Anniston, AL. Specifically, the contractor shall provide one year of service (07/01/2025 � 06/30/2026) and four option years (7/01/2026-6/30/2030) for the CDP. Leidos Security Detection and Automation Systems, Inc. is the sole source for maintenance and repair of the Linescan, PX series security x-ray screening systems. Leidos currently holds Patent #4,366,382. This process employs a fan-shaped x-ray beam which scans baggage on a conveyor belt and produces software enhanced images of the contents of the baggage on a video monitor. As the original equipment designer and manufacturer Leidos is the only known maintenance and repair supplier that possesses the prerequisite degree of skill and technical knowledge which is required to correctly diagnose and remedy equipment malfunction. Firmware, such as data on Erasable Programmable Read Only Memory chips (EPROM) is also proprietary to Leidos and cannot be sourced through any alternate vendor. As the original equipment designer and manufacturer, L-3 is the only maintenance and repair supplier that: Possesses the prerequisite degree of skill and technical knowledge which is required to correctly diagnose and remedy equipment malfunctions; Has direct access to equipment hardware and software design engineering documentation and trained Personnel to enable field retrofits and upgrades to existing equipment should they become necessary or desired; Maintains a complete inventory of all maintenance and repair parts which have been factory tested and certified; Is able to provide critical replacement components � using proprietary L-3 Software, firmware, and hardware � which are protected as trade secrets and not available through any other company; Provides factory-direct trained and certified field service engineering should post-sale upgrades or adjustments be required. This acquisition is being conducted under simplified acquisition procedures (FAR 13). There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 561621 with a Small Business Size Standard of $25 million. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data, sufficient to determine capability in providing the same brand name service. All capability statements received within 4 days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Laura Harshbarger at laura.harshbarger@fema.dhs.gov. Statements are due by 4:00 PM EST, June 27, 2025. No phone calls accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/816ee7a38def48f3b46fd7e8e22e0c96/view)
 
Place of Performance
Address: Anniston, AL 36205, USA
Zip Code: 36205
Country: USA
 
Record
SN07484915-F 20250625/250623230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.