Explosives and Explosive Supplies
ID: DJA-25-AEET-PR-0215Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFATF ACQUISITION AND PROPERTY MGMT DIVATFWASHINGTON, DC, 20226, USA

NAICS

Explosives Manufacturing (325920)

PSC

DEMOLITION MATERIALS (1375)

Set Aside

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

    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking quotes for the procurement of explosives and explosive supplies under solicitation number DJA-25-AEET-PR-0215. This procurement is aimed at fulfilling essential needs for an advanced explosives disposal training course for certified specialists and public safety officials, with a total estimated value of $58,670. The selected contractor will provide specific brand-name explosives necessary for training consistency and safety, with a required delivery date of September 1, 2025. Interested small businesses must submit their quotes via email to Brian Wilkins by 5:00 PM EST on March 21, 2025, and ensure compliance with all applicable federal regulations and ATF security requirements.

    Point(s) of Contact
    Brian Wilkins
    (202) 648-9120
    (202) 648-9654
    Brian.Wilkins@atf.gov
    Files
    Title
    Posted
    The document outlines a Justification for Other than Full and Open Competition (JOFOC) for the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), specifically for the procurement of explosives and related supplies under the Simplified Acquisition Threshold (SAT). The procurement is intended to fulfill essential needs for an eight-day advanced explosives disposal training course designed for certified explosives specialists and public safety officials. The total estimated value of the procurement is $58,670, with a required delivery date of September 1, 2025. It states that the purchase will be for specific brand-name explosives due to their unique properties which are essential for training consistency and curriculum delivery. The contract process is designated as a total small business set-aside with expectations for receiving multiple proposals. The procurement process is validated through due diligence by the technical representative and contracting officer, affirming its alignment with government interests and regulatory compliance. Overall, the document emphasizes the need for specialized explosives to enhance training and ensure safety in explosive disposal practices.
    The Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) has issued Request for Quote # DJA-25-AEET-PR-0215 for the procurement of explosives and explosive supplies, specifically aimed at small businesses. The procurement involves a single-award firm fixed-price purchase order for items including various types of blasting caps and explosives, with a total quantity and pricing details listed. The selected contractor must ensure pickup of the materials within a 250-mile radius of the ATF's facility in Huntsville, Alabama. Contractors must comply with ATF security requirements, the Rehabilitation Act, and federal regulations throughout the contract's duration. Necessary clauses and certifications, such as being registered with the System for Awards Management (SAM) and conformity to data rights clauses are mandated. The request emphasizes adhering to accessibility standards and reporting requirements concerning any telecommunications equipment used. Compliance with other legal and regulatory provisions, including those related to subcontracting limitations, is also required. The document reflects the government's standards for procurement processes in an effort to streamline operations while ensuring security and compliance among federal contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Explosives and Explosive Supplies
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified small and socio-economic businesses to provide explosives and explosive supplies under a Sources Sought/Request for Information (RFI). The procurement aims to identify vendors capable of supplying various explosive materials, including slip-on boosters, detonating cord, and shock tubes, as outlined in the NAICS Code 325920 for Explosives Manufacturing. This requirement is critical for the ATF's National Center for Explosives Training and Research (NCETR) and is anticipated to be awarded as a Firm-Fixed-Priced contract by late March to early April 2025. Interested vendors must submit their capability statements and relevant past performance information to Contract Officer Brian Wilkins via email by 5:00 PM Eastern Time on March 17, 2025, with no pricing information requested.
    Trinitrotoluene (TNT) and Plastic-Bonded Explosive N-9 (PBXN-9) Supplementary Charges
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the procurement of Trinitrotoluene (TNT) and Plastic-Bonded Explosive N-9 (PBXN-9) Supplementary Charges under solicitation W519TC-25-R-0006. This procurement aims to secure explosive materials essential for military applications, with a focus on compliance with stringent quality and safety standards. The contract will utilize a Lowest Priced Technically Acceptable (LPTA) evaluation method and includes five one-year ordering periods, with a submission deadline extended to April 7, 2025. Interested contractors should direct inquiries to Anna E. Whitcomb at anna.e.whitcomb2.civ@army.mil or Nate Gillette at nathaniel.a.gillette.civ@army.mil for further details.
    Laboratory Coats Services
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified contractors to provide laboratory coat services for its Forensic Science Laboratory in Washington, D.C. The procurement involves supplying and maintaining a minimum of 84 unisex laboratory coats, which must be rented and include specific design features, along with weekly laundering services for coats soiled with hazardous materials. This contract is crucial for ensuring the safety and compliance of forensic operations, with a firm fixed price structure for a base year and four option years, commencing on April 1, 2025, and extending through March 31, 2030. Interested vendors must submit their quotes via email to Steven Jaimes at Steven.Jaimes@atf.gov by the specified deadline, and all inquiries should be directed to the same contact by March 14, 2025.
    Sources Sought for Trinitrotoluene (TNT) Production and Delivery
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is seeking capable sources for the production and delivery of Trinitrotoluene (TNT) to meet its requirements for Fiscal Years 2027 to 2031. The anticipated production volume is between 1,000,000 and 8,000,000 pounds of TNT annually, which is critical for various munitions supporting Department of Defense operations. Interested companies must demonstrate their capabilities, including compliance with military specifications for TNT production and packaging, and provide detailed information about their facilities, personnel, and production processes. Responses are due by April 15, 2025, and should be sent to both Jennifer A. Darby and Bridget Kramer via email, with the subject line referencing the sources sought notice for TNT W519TC-25-S-TNT1.
    Installation and maintenance of Team Awareness Kits
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking professional support services for the installation and maintenance of Team Awareness Kits (TAK) to enhance its operational capabilities. The primary objective is to improve situational awareness for approximately 2,500 users by integrating advanced technology that supports up to 1,000 simultaneous users across secure data channels, including live video streams and remote sensors. This initiative is crucial for modernizing ATF's tools in combating violent crime and ensuring community safety. Interested parties can contact David Berger at david.berger@atf.gov or by phone at 202-648-9131 for further details regarding this Sources Sought notice.
    SHA SRF AND SRFTC UTM EQUIPMENT
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for the procurement of Ultimate Training Munitions (UTM) equipment and personal protective equipment (PPE) under a total small business set-aside. The procurement aims to fulfill the government's need for factory-manufactured UTM training platforms, various types of ammunition, and safety gear, which are critical for military and law enforcement training operations. Interested vendors must demonstrate their technical expertise and authorization to manufacture UTM products, with responses due by March 14, 2025, directed to the primary contact, Keith Singleton, at ksingleton@usbr.gov or by phone at 303-445-2641. This opportunity emphasizes compliance with federal acquisition regulations and is part of a broader initiative to support small and veteran-owned businesses in defense-related procurement.
    13--SEQUENCER,EXPLOSIVE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of explosive sequencers. This contract aims to acquire essential components used in military applications, particularly in the field of explosives manufacturing, categorized under NAICS code 325920 and PSC code 1377. The goods are critical for ensuring the reliability and effectiveness of munitions systems. Interested vendors can reach out to Taylor O'Connor at 215-698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    HRT K9 Services
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for K9 Vendor/Specialty Trainer services to support the Hostage Rescue Team (HRT) in training and procuring tactical canines. The contract aims to provide both initial and ongoing training in various areas, including tactical obedience, aggression building, and explosive detection, while also evaluating and procuring suitable K9s to enhance the operational readiness of the HRT. This initiative underscores the importance of specialized canine capabilities in law enforcement operations across the U.S., with a contract period spanning five years from April 1, 2025, to March 31, 2030. Interested small businesses must submit their quotations by March 20, 2025, and can direct inquiries to Ashley Johnson at aljohnson5@fbi.gov or Kimala Cox at kdcox@fbi.gov.
    DITS - JN92, JN93, JN97
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of explosives manufacturing services under the title "DITS - JN92, JN93, JN97." This opportunity focuses on the production of cartridge and propellant actuated devices and components, which are critical for various defense applications. Interested vendors should note that the NAICS code for this solicitation is 325920, and the PSC code is 1377, indicating the specialized nature of the goods required. For further inquiries, potential bidders can contact Stacey Romberger at 717-605-4549 or via email at stacey.romberger@navy.mil.
    Shaped Charges - M2A1 15lb & M3A1 40lb
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island, is seeking sources for the procurement of 15 lb and 40 lb Shaped Demolition Charges for Fiscal Year 2025 and beyond. The charges are designed for penetrating various materials, including concrete and masonry, with the M2A4 capable of penetrating to approximately 3 feet and the M3A1 reaching about 5 feet deep. This procurement is critical for military operations, requiring specialized manufacturing skills and facilities, including melt pour loading processes, and adherence to stringent quality assurance standards. Interested vendors must submit their capabilities and responses by April 7, 2025, to Megan Kirby at megan.m.kirby.civ@army.mil or David Shaffer at david.v.shaffer.civ@army.mil, and must be registered in the System for Award Management (SAM) prior to contract award.