FY24 ICE 9MM Luger Caliber Readily Identifiable Training Ammunition
ID: 70CMSW24R00000010Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS IMMIGRATION AND CUSTOMS ENFORCEMENTMISSION SUPPORT WASHINGTONWASHINGTON, DC, 20024, USA

NAICS

Small Arms, Ordnance, and Ordnance Accessories Manufacturing (332994)

PSC

AMMUNITION, THROUGH 30MM (1305)
Timeline
    Description

    The Department of Homeland Security, specifically the US Immigration and Customs Enforcement (ICE), is seeking to procure 70,000,000 rounds of 9mm Luger Readily Identifiable Training Ammunition (RITA). This ammunition will be used to support the Office of Firearms and Tactical Program (OFTP) and the armed ICE agents in the field. The procurement is for one base year with the possibility of four option years. The ammunition will be used for training purposes and is intended to be easily identifiable. The procurement is open to both large and small businesses under the associated NAICS code. For more detailed information, please refer to the attached documents.

    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NON-LETHAL TRAINING AMMUNITION (NLTA)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC) in Glynco, Georgia, is seeking manufacturers to provide non-lethal training ammunition (NLTA) under a multiple Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to fulfill the ammunition needs based on fluctuating student loads, with a minimum guarantee of 1,000 rounds per contract per year and a maximum of 2 million rounds annually, totaling up to 10 million rounds over the contract's life, estimated at $8 million. This ammunition is critical for training purposes within federal law enforcement agencies, ensuring that personnel are adequately prepared for their duties. Interested manufacturers must submit technical proposals by September 23, 2024, with inquiries directed to Sheryle Wood at sheryle.wood@fletc.dhs.gov.
    Request for Information (RFI) Ammunition (9mm and 5.56mm) to support the Department of Defense Office of Inspector General (DoDIG)
    Active
    Dept Of Defense
    Request for Information (RFI) Ammunition (9mm and 5.56mm) to support the Department of Defense Office of Inspector General (DoDIG) The Department of Defense (DoD) Office of Inspector General (OIG) is seeking qualified vendors to provide 482,500 rounds of ammunition (9mm and 5.56mm). This ammunition will be used to support the Defense Criminal Investigative Service (DCIS) in its investigative and law enforcement duties. The procurement requires new Original Equipment Manufacturer (OEM) items only, with no gray market or counterfeit supplies allowed. The vendor must be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system. The ammunition will be delivered to 36 continental United States (CONUS) locations. Interested parties are requested to submit their capability statement by 5pm ET on March 22, 2024, to the provided email addresses.
    1305--WSNC Law Enforcement Ammunition IDIQ Duty, Training Frangible 9MM and .223 CAL Long Rifle CO: Jeffrey Hansen DOA 5 Years
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is issuing a Request for Proposals (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply ammunition for Law Enforcement Officers (LEOs) across the Western States Network Consortium (WSNC). This procurement specifically seeks service-disabled veteran-owned small businesses (SDVOSBs) to provide newly manufactured 9mm and .223 caliber ammunition, ensuring compliance with all relevant federal, state, and local regulations. The contract has a guaranteed minimum value of $2,000 and a ceiling of $7.5 million over a five-year period, reflecting the VA's commitment to equipping law enforcement personnel effectively while supporting veteran-owned businesses. Interested parties should direct inquiries to Contract Officer Jeffrey A. Hansen at jeffrey.hansen2@va.gov, with proposals due following the submission of questions by August 15, 2024.
    10--GUIDE,CARTRIDGE,AMM
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Guide, Cartridge, Ammunition (NSN 1005012979934). The contract will involve an estimated quantity of 6 units, with delivery expected within 219 days after order placement, and may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000. This procurement is critical for ensuring the availability of essential ammunition components, supporting military operations both domestically and internationally. Interested small businesses are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    WFO Firing Range Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking qualified vendors to provide indoor firing range services in Chantilly, Virginia. The procurement aims to secure a facility that meets local, state, and federal regulations, including compliance with lead exposure and OSHA standards, and is equipped with a minimum of 10 distinct firing positions and classroom space for training purposes. This contract is crucial for ensuring TSA personnel receive safe and effective live-fire training, with an expected usage of approximately 800 hours annually. Interested contractors must submit their quotes by September 12, 2024, at 12:00 PM Eastern Time, and can direct inquiries to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov.
    Cameras
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Immigration and Customs Enforcement (ICE) Office of Acquisition Management, intends to solicit a contract for cameras from a single source, ShaiderTech, located in Fairfax, VA. This procurement is justified under FAR 13, Simplified Acquisition Procedures, due to the unique capabilities and proprietary nature of the products offered by the contractor. The cameras are essential for the operational needs of ICE, highlighting the importance of specialized equipment in supporting law enforcement activities. For inquiries regarding this opportunity, interested parties can contact Wes Ransom at Wesley.Ransom@ice.dhs.gov or by phone at (469) 858-1668. This notice serves informational purposes only and is not a request for quotes.
    Washington Metro Range services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Transportation Security Administration (TSA), is seeking qualified contractors to provide firing range services located within 50 miles of Springfield, Virginia. The procurement aims to facilitate mandatory firearms training and quarterly qualifications for TSA personnel, requiring a live-fire training facility with at least 10 distinct firing positions, compliance with local, state, and federal regulations, and adequate facilities for firearms cleaning and training. This initiative underscores TSA's commitment to maintaining high training standards while ensuring safety and environmental compliance. Interested contractors must submit their quotes by September 11, 2024, at 12:00 PM Eastern Time, and can direct inquiries to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov.
    Camera
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Immigration and Customs Enforcement (ICE) Office of Acquisition Management, intends to procure cameras from a single source, ShaiderTech, located in Fairfax, VA. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures, due to the unique capabilities and proprietary nature of ShaiderTech's products, which are deemed essential for the DHS's operational needs. This notice serves informational purposes only and does not constitute a request for quotes (RFQ), with the Contracting Officer retaining discretion over the decision not to compete the contract. For inquiries, interested parties may contact Wes Ransom at Wesley.Ransom@ice.dhs.gov or by phone at (469) 858-1668.
    Cameras
    Active
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, specifically the Immigration and Customs Enforcement (ICE) Office of Acquisition Management, intends to procure camera equipment from a single source, ShaiderTech, located in Fairfax, VA. This procurement is justified under FAR Part 13, which allows for simplified acquisition procedures, as the Contracting Officer has determined that ShaiderTech is the only reasonable source due to its unique capabilities and proprietary products. The cameras are essential for ICE operations, reflecting the government's strategy to ensure operational efficiency and effectiveness through specialized sourcing. For inquiries regarding this procurement, interested parties can contact Wes Ransom at Wesley.Ransom@ice.dhs.gov or by phone at (469) 858-1668.
    Chemical Munitions
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to procure chemical and smoke munitions through a Request for Quotation (RFQ) under solicitation number DJF-24-1200-PR-0000022. The procurement aims to enhance the FBI's operational capacity by acquiring various defense-related products, including DEF TEC liquids and grenades, exclusively from small business vendors. Bids must be submitted as firm fixed prices, with separate costs for items and shipping, and deliveries are required within 90 days after receipt of order. Interested parties must submit their responses by September 17, 2024, and direct any questions to Brian Ames at bames@fbi.gov by September 10, 2024. This opportunity underscores the FBI's commitment to supporting small businesses while adhering to federal acquisition regulations.