Active Solicitation · DEPARTMENT OF STATE

    INL COLOMBIA HANDHELD X-RAY IMAGERS

    DEPARTMENT OF STATE
    Sol. 191NLE26Q0079SolicitationSet-aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)WASHINGTON, DC
    Open · 4d remaining
    DAYS TO CLOSE
    4
    closes May 18, 2026
    POSTED
    May 14, 2026
    Publication date
    NAICS CODE
    334118
    Primary industry classification
    PSC CODE
    6635
    Product & service classification

    AI Summary

    The Department of State is soliciting quotes for handheld X-ray imagers to support INL Colombian Army interdiction efforts. Interested contractors must provide detailed quotes by May 18, 2026, including unit costs and compliance with technical specifications. The contract will be awarded based on the lowest price, technically acceptable quote, and training services are also required.

    Contract details

    Solicitation No.
    191NLE26Q0079
    Notice Type
    Solicitation
    Set-Aside
    Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
    Posted Date
    May 14, 2026
    Response Deadline
    May 18, 2026
    NAICS Code
    334118AI guide
    PSC / Class Code
    6635
    Issuing Office
    ACQUISITIONS - INL
    Primary Contact
    Michele Coccovizzo
    State
    DC
    ZIP Code
    20520
    AI Product/Service
    product

    Description

    UPDATED TO EXTEND DUE DATE FOR QUOTE TO 12:00 PM EASTERN ON MONDAY, MAY 18, 2026.

    IF UPDATING A PREVIOUSLY SUBMITTED QUOTE, PLEASE INDICATE THAT IT IS A REVISED (REV) QUOTE IN THE EMAIL SUBJECT LINE

    ALSO SEE ATTACHED RESPONSES TO OFFERORS SUBMITTED QUESTIONS

    SOLICITATION: 191NLE26Q0079 - INL Colombia Handheld X-Ray Imagers

    (PCS: 6635; NAICS: 334118)

    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.

    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. Nature of participation [e.g., prime contractor, teaming partner, primary subcontractor];

    4.  SDVOSB SBA certification for applicable NAICS;

    5.  Quote must contain, at a minimum, unit cost, number of units, total for each item, shipping cost, delivery ARO, sufficient detail to determine full complicance with technical specifications contained within the Statement of Work

    6. Quote must be valid for a minimum of 30-days

    7. Details of commericial warranty terms

    Interested contractors may provide thier quotes via e-mail to the points of contact listed below. Information submitted must be in sufficient detail as to allow for a thorough government review to determine technical acceptability.

    The Government contemplates awarding a contract using commercial item procedures under FAR Part 12 and 13.5. 

    Award will be based on the lowest price, technically acceptable quote.

    Offerors are hereby notified that the Government intends to use outside contractors to assist in the evaluation of proposals. Those contractors will have access to any and all information contained in the offerors’ proposals and will be subject to appropriate conflict of interest, standards of conduct, and confidentiality restrictions. It is the intent of the Government to make an award based on the initial proposal without discussions.

    Responses to this soliciatation are due no later than Thursday, May 14, 2026 at 3:00 PM EST.

    Questions or requests for clarifications shall be accepted until Wednesday, May 12, 2026 at 5:00 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

    PLEASE SEE ATTACHED STATEMENT OF WORK FOR ADDITIONAL DETAILS

    Technical Specifications:

    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.

    2. 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 Integrated Logistic Services, 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.

    Export License:

    The Contractor shall comply with Sections 38-40 of the Arms Export Control Act (AECA) (22 U.S.C. 2778-2780) and the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130) as required/applicable, for the prosecution of work under this contract at no additional cost to the Government. Failure to be in compliance with AECA and ITAR by date planned for commencement of contract performance as well as during the entire performance of work under this contract may result in contract termination. Any penalties rendered to the Contractor, as a direct result of being found non-compliance with AECA and ITAR will be the responsibility of the Contractor. The contractor is responsible for producing all required paperwork and obtaining all required Export Licenses. For additional information on AECA and ITAR, see http://www.pmddtc.state.gov/.

    Inspection And Acceptance:

    The designated COR will also inspect items received to verify compliance with this SOW (this may require fabrication site visit). 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.

    Key dates

    1. May 14, 2026Posted Date
    2. May 18, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    INL COLOMBIA HANDHELD X-RAY IMAGERS is a federal acquisition solicitation issued by DEPARTMENT OF STATE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.