USACIC FY25 Special Agent Kits
ID: W50NH925Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK INSCOM BELVOIRFORT BELVOIR, VA, 22060-5246, USA

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)

PSC

TACTICAL SETS, KITS, AND OUTFITS (1367)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command-INSCOM, is seeking proposals for the procurement of Special Agent Kits intended for law enforcement use, specifically for the Joint Terrorism Task Force and Counterintelligence Task Force based in Fort Meade, Maryland. The solicitation includes mandatory items such as body armor, holsters, handcuff cases, biometric handgun vaults, tactical flashlights, and first aid kits, with a focus on compliance with military standards and operational effectiveness. This procurement is crucial for ensuring that law enforcement agencies are equipped with up-to-date and safe tactical equipment, thereby enhancing their preparedness for various operational scenarios. Interested vendors must submit their quotes by March 21, 2025, and can direct inquiries to Contracting Officer Alexandra Johnson or Contract Specialist Evelyn Johnson at the provided contact details.

    Files
    Title
    Posted
    The document outlines a federal Request for Proposal (RFP) for the procurement of various tactical equipment and accessories, primarily intended for law enforcement use. It specifies mandatory items, including body armor, holsters, handcuff cases, biometric handgun vaults, tactical flashlights, and first aid kits, with precise quantities and descriptions provided for each. Key brands such as Point Blank International, TYR Tactical, SIG SAUER, and others are referenced, emphasizing the need for compliance with specified standards (e.g., body armor levels). Additionally, optional items like tactical jackets are included, showcasing a focus on functionality and adaptability for law enforcement personnel. The document follows a structured format, listing item details, including quantity and source requirements, clearly indicating mandatory versus optional status. The purpose of the RFP is to ensure that law enforcement agencies acquire up-to-date, effective, and safe equipment that meets operational needs while complying with federal guidelines. This procurement is crucial for maintaining preparedness in law enforcement operations throughout the jurisdiction.
    The document outlines a Request for Proposal (RFP), Solicitation No. W50NH9-25-Q-0001, issued by the federal government. It specifies the federal and Department of Defense Acquisition Regulations (FAR and DFARS) clauses applicable to the acquisition. Key provisions include requirements related to the System for Award Management, contractor personnel identification, reporting on executive compensation, and subcontractor regulations. The document emphasizes compliance with various legal and regulatory frameworks, including those addressing equal opportunity, labor standards, and anti-trafficking policies. It points to the need for contractors to adhere to safety protocols related to COVID-19 and manage sensitive government information securely. The full text of the referenced provisions can be found online, ensuring that interested parties have access to all requirements necessary for proposal submission. The RFP indicates the government's commitment to transparency and accountability in contracting processes.
    The document is a Request for Proposal (RFP) under Solicitation No. W50NH9-25-Q-0001, outlining various provisions and clauses applicable to the acquisition. It includes a comprehensive list of Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses relevant to government contracts, such as requirements for representations and certifications, protection of government interests, and compliance with cybersecurity measures. Key components emphasize contractor responsibilities regarding personal identity verification, payment terms, labor standards, and ensuring adequate COVID-19 safety protocols. The clauses also address issues like debarment, export controls, and whistleblower protections. The RFP serves to inform potential offerors of the necessary regulations and standards to maintain compliance while executing government contracts. It directs interested parties to access full texts of the provisions through a specified website. This document is critical within the context of federal contracting as it establishes a framework for accountability and adherence to statutory requirements during the procurement process.
    The Department of the Army, specifically the Army Contracting Command-INSCOM, has issued RFQ W50NH925Q0001 for the procurement of Agent Kits for the Joint Terrorism Task Force and Counterintelligence Task Force based in Fort Meade, MD. This solicitation, designated as a Small Business Set Aside, aims to support the U.S. Army Counterintelligence Command with a firm fixed price contract structure. Interested vendors are required to submit quotes by March 21, 2025, and must provide a complete response for the entire quantity of items specified. Key items include various types of tactical and personal safety equipment, such as body armor, holsters, and first aid kits, all designated as mandatory requirements. Proposals will be evaluated on a Lowest Priced Technically Acceptable basis, looking specifically for items that meet exact specifications or are equivalent, ensuring compliance with military standards. The quotes must remain valid for 45 days post submission date, and the opportunity may be withdrawn at any time without recourse to disputes. The communications regarding the solicitation are managed by Contracting Officer Alexandra Johnson and Contract Specialist Evelyn Johnson.
    The document includes a Request for Quote (RFQ) from the U.S. Army, specifically the Army Contracting Command – INSCOM, for Agent Kits intended for the Joint Terrorism Task Force (JTTF) and Counterintelligence Task Force (CITF) at Fort Meade, MD. The RFQ is classified as a Small Business Set Aside and specifies a Firm Fixed Price (FFP) contract type, with submissions due by 14 March 2025. The solicitation exclusively requires a single award for the total quantity of specified items, including handcuff cases, flashlights, tactical bags, and various holsters, all with a quantity of 442 each. The evaluation criteria focus on the Lowest Priced Technically Acceptable basis, wherein only offers adhering closely to the product specifications will be considered. Quotes must remain valid for 45 days post-submission. The contracting officer reserves the right to cancel the solicitation at any time. This RFQ is essential for equipping the JTTF/CITF, ensuring operational readiness in national security efforts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SPECIAL FORCES TRADITIONAL EQUIPMENT KIT V2
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of the Special Forces Traditional Equipment Kit V2. This contract is aimed at acquiring athletic and sporting equipment, which is essential for the operational readiness and training of Special Forces personnel. The procurement falls under a Total Small Business Set-Aside, encouraging participation from small businesses in the industry classified under NAICS code 423910. Interested vendors can reach out to Shawn Williams at shawn.t.williams38.mil@army.mil or call 636-579-9327 for further details, while Joy Davis is available at joy.l.davis18.civ@army.mil or 315-772-9900 for additional inquiries.
    SF TEK KIT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of the SF TEK KIT under a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses and falls under the NAICS code 423910, which pertains to Sporting and Recreational Goods and Supplies Merchant Wholesalers, indicating a focus on athletic and sporting equipment. The successful contractor will play a crucial role in supplying necessary equipment that supports military readiness and training activities. Interested vendors can reach out to Shawn Williams at shawn.t.williams38.mil@army.mil or call 636-579-9327, or contact Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
    SPECIAL FORCES TRADITIONAL EQUIPMENT KIT V3
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of the Special Forces Traditional Equipment Kit V3. This opportunity is aimed at small businesses and involves the supply of athletic and sporting equipment, categorized under the NAICS code 423910. The equipment is crucial for enhancing the operational capabilities of Special Forces units, ensuring they are equipped with the necessary tools for their missions. Interested vendors should reach out to Shawn Williams at shawn.t.williams38.mil@army.mil or call 636-579-9327 for further details, while Joy Davis is available at joy.l.davis18.civ@army.mil or 315-772-9900 for additional inquiries.
    SOLICITATION - W912CH-25-Q-0004 - TESTING KIT,PETROLE - NSN: 6630-01-165-7133
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Detroit Arsenal, is soliciting proposals for the procurement of 28 units of a petroleum testing kit, identified by NSN: 6630-01-165-7133. This solicitation, W912CH-25-Q-0004, specifies that the contract will be a Firm Fixed Price (FFP) purchase order, with an option for an additional 28 units, and is restricted to the manufacturer's part number SC-B/2HB-C-3D. The testing kits are crucial for chemical analysis in military applications, ensuring compliance with operational standards. Interested offerors must submit their proposals via email by March 5, 2025, at 5:00 PM EST, and should ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Diana Jones at diana.jones47.civ@army.mil or Katherine E. MacFarland at katherine.e.macfarland.civ@army.mil.
    ACCESSORY KIT, RECOIL EXERCISER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for the procurement of an "Accessory Kit, Recoil Exerciser." This solicitation is specifically set aside for small businesses and aims to acquire essential military supplies that adhere to stringent quality and packaging standards. The accessory kits are critical for military operations, ensuring that equipment is maintained and operationally ready. Interested contractors should note that the due date for offers has been extended to March 10, 2025, and must be submitted via email to the primary contact, Jasteena Gomoll, at jasteena.gomoll@dla.mil. For further details, contractors are encouraged to review the solicitation documents and comply with all outlined requirements.
    Ballistic Vests
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for ballistic vests under Solicitation Number FA449725Q0012, specifically set aside for small businesses. The procurement aims to acquire Safe Life Defense's Hyper Concealable Hyperline Level IIIA ballistic vests, which meet NIJ 0101.06 standards and are designed to enhance the safety and operational effectiveness of law enforcement personnel. These vests are critical for officer safety, providing superior ballistic protection while ensuring comfort and mobility during operations. Interested vendors must submit their quotes by March 3, 2025, and can direct inquiries to Daniel Kim at daniel.kim.55@us.af.mil or Sydney Hocker at sydney.hocker.1@us.af.mil, with a deadline for questions set for February 26, 2025.
    Key Management System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified vendors for the supply of an Automated Key Management System intended for military use. The procurement requires a system with a capacity of 550 fob ports, incorporating essential security features and installation capabilities, while adhering to federal regulations and guidelines. This initiative underscores the importance of enhancing security measures within military operations and emphasizes the government's commitment to inclusivity by encouraging participation from economically disadvantaged and women-owned small businesses. Interested parties can reach out to Carl J. Kuhlman at carl.j.kuhlman.civ@army.mil or Sheri Herrin at sheri.r.herrin.civ@army.mil for further inquiries, with the solicitation document available for review to ensure compliance with submission requirements.
    8415--FY25: Accessories New VA Police Firearms Program Modernization
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of accessories to modernize the VA Police Firearms Program, specifically targeting items such as holsters, weapon lights, and sights for the Sig Sauer P320 model. This initiative aims to enhance the operational capabilities of VA law enforcement personnel while ensuring compliance with federal regulations and supporting service-disabled veteran-owned small businesses through set-asides. The contract stipulates a delivery schedule of eight weeks post-purchase order, along with specific invoicing and acceptance conditions, emphasizing the government's rights regarding inspection and warranty compliance. Interested vendors can reach out to Contract Specialist Edwin R. Correa at Edwin.Correa1@va.gov for further details regarding this opportunity.
    Solicitation_Barrel and Front Sight Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a five-year Requirements contract to supply estimated quantities of the Barrel and Front Sight Assembly, classified under NAICS code 332994 for Small Arms and Ordnance Manufacturing. This procurement is set aside for small businesses, adhering to FAR regulations, and follows a Firm Fixed Price model with five ordering periods commencing upon award. The goods are critical for military operations, ensuring the availability of essential components for weapon systems. Interested parties must comply with technical data dissemination laws, including obtaining a valid DD 2345 certification, and submit proposals electronically by the specified deadlines. For further inquiries, contact Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.civ@army.mil.
    10--PARTS KIT,GUN
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking suppliers for a parts kit related to firearms, specifically categorized under the NAICS code 332994 for Small Arms, Ordnance, and Ordnance Accessories Manufacturing. This procurement aims to secure essential components that are critical for maintaining and supporting military weapon systems. The solicitation is part of a Combined Synopsis/Solicitation notice, and interested vendors can direct their inquiries to the buyer via the provided email address, DibbsBSM@dla.mil. Further details and the solicitation document can be accessed through the DLA's DIBBS website, with no specific funding amount or deadline mentioned in the overview.