RFP - 5.56 NATO/223 Remington Ammunition IDIQ
ID: 15F06725R0000373Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, USA

NAICS

Small Arms Ammunition Manufacturing (332992)

PSC

AMMUNITION, THROUGH 30MM (1305)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Federal Bureau of Investigation (FBI) is seeking proposals for a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract for 5.56 NATO/223 Remington ammunition, which includes categories for service, training reduced-lead, non-jacketed frangible, and jacketed frangible ammunition. This procurement is critical for supplying ammunition to Department of Justice agencies and other authorized government entities, ensuring operational readiness and safety. The contract will have a one-year base period with four one-year options, and the total funding for each ammunition category ranges from $2.9 million to $51.8 million, with proposals evaluated based on technical performance, price, and past performance. Interested parties must submit their proposals by 1:00 PM EST on October 14, 2025, and direct any inquiries to Katelyn R. Haus at KRHAUS@fbi.gov.

    Point(s) of Contact
    Katelyn R. Haus
    KRHAUS@fbi.gov
    Files
    Title
    Posted
    The Federal Bureau of Investigation (FBI) has issued a Request for Proposal (RFP 15F06725R0000373) for 5.56x45mm NATO/223 Remington caliber ammunition. The FBI seeks contractors for service, training reduced-lead, non-jacketed frangible, and jacketed frangible ammunition, intending to make up to four fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) awards, one for each category. The contract will have a one-year base period and four one-year options. The maximum thresholds for each category range from $2.9 million to $51.8 million. Proposals will be evaluated based on a best-value tradeoff, considering technical performance, price, and past performance. The RFP details extensive cartridge specifications, functional reliability requirements, quality control measures, packaging, and marking instructions. It also outlines contract administration, special requirements related to data disclosure, access to FBI locations, and contractor suitability, emphasizing compliance with FAR clauses and government regulations. Deliveries are expected within 90 days, with emergency orders prioritized. The contract aims to supply ammunition to Department of Justice agencies and other authorized government entities.
    The Department of Justice's Federal Bureau of Investigation (FBI) has issued a Request for Proposal (RFP) 15F06725R0000373 for the procurement of four categories of 5.56x45mm NATO / 223 Remington caliber ammunition: service ammunition, training reduced-lead ammunition, non-jacketed frangible ammunition, and jacketed frangible ammunition. The contract will be structured as a Fixed Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) with potential awards to four contractors, one for each category, for a base year plus four optional years. Key requirements include adherence to stringent performance standards, capability for accurate delivery, quality control measures, and responsibilities for potential defects. Specific limitations on quantities, pricing, and reporting, as well as detailed specifications for each type of ammunition, are outlined. The target is to support law enforcement operations, ensuring compliance with safety and operational efficiency, while allowing other federal agencies to utilize the contract as authorized. This solicitation reflects the FBI's commitment to enhancing law enforcement capabilities through reliable and safe ammunition procurement.
    Amendment 001 to RFP 15F06725R0000373 for 5.56 NATO/223 Remington Ammunition IDIQ revises several sections of the original request. Key changes include extending the proposal submission deadline to September 29, 2025, and clarifying that cartridge case markings and ammunition box labeling requirements apply upon contract award. It also updates pressure testing specifications for ammunition safety, requiring compliance with SAAMI or EPVAT procedures for both extreme temperature and ambient conditions. Additionally, the amendment modifies the material specification for sheet metal in penetration tests from 316 Stainless Steel to Galvanized, Cold Rolled and Annealed, 2B Finish. These updates ensure clarity and updated standards for the ammunition procurement process.
    The Request for Proposal (RFP) 15F06725R0000373 pertains to the procurement of 5.56 NATO/223 Remington ammunition through an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The file includes Amendment 001, which introduces several revisions to specific sections. Notably, the proposal submission deadline has been extended to September 29, 2025. Key amendments include changes in requirements for cartridge case labeling, packaging and identification, and pressure testing specifications during various temperature conditions. Additionally, the amendment clarifies the testing procedures for compliance with both SAAMI and EPVAT standards regarding chamber pressures. These adjustments aim to align the ammunition specifications with updated safety and operational guidelines. The document reflects the government's systematic approach to ensuring high-performance standards in ammunition while enhancing contractor compliance and accountability. Overall, this RFP emphasizes the importance of precise specifications and testing to ensure the safety and effectiveness of ammunition supplied to the Department of Justice (DOJ).
    This document is a Past Performance Questionnaire for a Department of Justice, Federal Bureau of Investigation solicitation for 5.56X45mm NATO / 223 Remington Ammunition. It is designed to gather candid feedback on an offeror's past performance from a designated reference. The questionnaire requests details on respondent and contract identification, followed by an evaluation section. This section requires grading the offeror's performance in areas such as quality of work, adherence to delivery schedules, problem-solving initiative, responsiveness, accuracy of reports, billing, and effectiveness of key personnel. Performance is graded on a scale from Unsatisfactory to Exceptional, with a need for additional comments for each area. It also asks if the contractor has faced performance problems and if the reference would select the firm again. The information provided will be used in federal contract awards, stressing the importance of factual and accurate responses, to be returned within 5 business days.
    The document is a Past Performance Questionnaire created for an Offeror proposing to supply Ammunition (5.56X45mm NATO / 223 Remington) to the Department of Justice, Federal Bureau of Investigation. It requests performance evaluations from identified references to assess the bidder's capabilities. The questionnaire comprises sections for respondent identification, detailed contract information, and specific evaluation criteria divided into multiple performance areas such as quality of work, timeliness, initiative, responsiveness, and accuracy of submissions. Performance is rated on a scale ranging from "Exceptional" to "Unsatisfactory," with space for comments to provide qualitative feedback. Additional inquiries focus on any prior performance issues, the likelihood of re-selection for future contracts, and general comments about the contractor’s performance. The responses are crucial for determining the offer’s suitability and reliability in fulfilling federal contract obligations, highlighting the importance of comprehensive and honest feedback for informed decision-making in procurement processes.
    This document provides questions and answers regarding RFP 15F06725R0000373 for 5.56 NATO/.223 Remington Ammunition IDIQ. Key points address packaging requirements, allowing cardboard and recyclable inserts but not considering stripper clips as inserts. Offerors are not required to bid on all four ammunition categories. In-house pressure tests using M-CMOPI are permissible. Foreign companies, specifically from Turkey, may bid but must comply with the Buy American Act, requiring TAA-compliant sourced components. Past performance questionnaires must come from direct customers, though commercial references are acceptable if they meet Section M.3.2 requirements. One technical volume is acceptable for multiple ammunition categories, provided all required data is included. Polymer tips are allowed for training reduced-lead projectiles if lead is fully encapsulated. There is no equation for technical evaluation versus price. Deadlines have been extended per Amendment 001. The FBI will not provide an updated list of test materials but will consider contractor site visits. The FBI intends to make only one award per ammunition category. Firm fixed pricing is required for the base year and all four option years, with shipping costs included. The FBI follows Prompt Payment (Net30) terms, with best efforts to pay small businesses within 15 days. The FBI does not anticipate emergency orders and typically does not require contractor access to FBI facilities. The FBI will work with contractors on tariff impacts and component changes, which will be reviewed case-by-case. The government is concerned with manufacturing defects causing widespread damage to weapons. In case of a recall, the FBI expects timely replacement within the delivery schedule. The FBI will work with contractors to clarify quarterly report formatting and will coordinate site visits. Specific changes have been made via amendments regarding headstamp requirements, packaging graphics, pressure testing, and penetration test materials.
    The Request for Proposal (RFP) 15F06725R0000373 seeks offers for a firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for 5.56 NATO/223 Remington Ammunition. This RFP outlines requirements for packaging, product specifications, and proposal submission details among other guidelines. Notably, bidders are not required to submit bids for all ammunition categories; they can choose to bid on one or more. The FBI provided responses to various questions, clarifying requirements such as acceptable packaging types, the acceptability of past performance references from commercial clients, and the evaluation process which does not utilize a fixed performance-to-cost ratio. The proposed deadlines for submission were initially urged to be extended, with EPA compliance for packaging and components explicitly stated. Importantly, the RFP also underscores the “Buy American” clause and details regarding pricing, minimum order guarantees, and acceptance of partial shipments. Finally, the FBI intends to make a singular contract award per ammunition category, maintaining stringent guidelines for product specifications. This document is structured to provide transparency and detail for potential contractors looking to respond to the solicitation accurately and effectively.
    This document is an amendment (001) to Solicitation/RFP 15F06725R0000373, issued by the FEDERAL BUREAU OF INVESTIGATION. The amendment's purpose is to post Q&A responses and update sections C, D, L, & M as detailed in "Attachment Amendment 001 - RFP 15F06725R0000373." Additionally, it extends the deadline for offer submissions to Monday, September 29th, at 1 PM EST. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date may lead to the rejection of the offer.
    The document outlines the Standard Form 30 (SF30), "Amendment of Solicitation/Modification of Contract," used by the federal government for procurement. It details how to acknowledge amendments to solicitations, emphasizing that timely receipt is crucial to avoid rejection of offers. The form also covers modifications to existing contracts, specifying various types such as change orders, administrative changes, and supplemental agreements, each requiring specific authorization. Key instructions include proper completion of fields like contract ID, effective date, issuing office, and contractor information. The document highlights the importance of detailing the amendment or modification in Item 14, including its impact on the contract price and accounting data. The purpose of this specific modification is to extend the offer submission deadline to October 14th at 1 pm EST for RFP 15F06725R0000373 and requires a signed copy of the SF30 to be returned with the proposal.
    The document outlines an amendment to a solicitation for the Federal Bureau of Investigation (FBI) related to RFP 15F06725R0000373. It specifies the requirements for bidders to acknowledge receipt of the amendment, detailing acceptable methods for submission such as completed forms or electronic communication. Failure to acknowledge may result in offer rejection. The amendment modifies the solicitation by adding information, updating specific sections, and extending the submission deadline for offers to September 29th at 1 PM EST. Contractors are instructed to return a signed copy of the amendment with their proposals. Overall, the document emphasizes compliance with submission protocols and updates relevant to the ongoing procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FBI Police Uniforms
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity involves establishing a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for one base year and four option years, with a total estimated value not to exceed $2,500,000, and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance among FBI personnel, which is critical for operational effectiveness and public identification. Interested vendors must submit proposals, including samples, by January 9, 2026, and can direct inquiries to Victoria McDaniels at vmcdaniels@fbi.gov.
    NGA SIP Ammunition
    Buyer not available
    The National Geospatial-Intelligence Agency (NGA), part of the Department of Defense, is seeking qualified small businesses to provide 37,000 rounds of .223 caliber, 64-grain soft point ammunition under a 100% Small Business Set-Aside contract. The procurement aims to ensure timely delivery of ammunition, with shipments split between NGA facilities in Arnold, Missouri, and Washington, Virginia, within 90 days of order receipt. This ammunition is critical for various defense operations, emphasizing the importance of reliable supply sources. Interested vendors must submit their quotes, including specification sheets, by 12:00 PM Central Time on December 9, 2025, to the designated contacts, Kathleen Dee and Kenneth M. Lehrmann, via their provided email addresses.
    RXD-FB-FUZE
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking a sole source procurement for flashbangs due to an urgent need as their offices are running low on this critical equipment. The procurement falls under the category of miscellaneous weapons, with the primary place of performance located in Washington, DC. Flashbangs are essential for law enforcement operations, providing a tactical advantage during high-stress situations. Interested vendors should contact Ryan Dolan at RDOLAN@FBI.GOV for further details regarding this opportunity.
    Solicitation for Second Source Supplier to Produce 5.56mm, 7.62mm, and Caliber .50 Ammunition
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a second source supplier to produce 5.56mm, 7.62mm, and caliber .50 ammunition. This procurement aims to ensure a reliable supply of small arms ammunition, which is critical for military operations and readiness. Interested suppliers are required to submit their comments and questions using the provided Comment/Question and Answer Template by December 12, 2025, at 1500 Central Standard Time. For further inquiries, potential bidders can contact Mark Stevens at mark.d.stevens.civ@army.mil or Alex Sheppard at alex.r.sheppard.civ@army.mil, and access the solicitation documents through the PIEE website.
    M4 Rifle and Parts (5.56x45mm NATO)
    Buyer not available
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking information from manufacturers and distributors regarding the procurement of M4-style rifles, parts, and accessories, as well as armorer training. The objective is to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to augment or replace existing rifles used for duty and training, ensuring compatibility with MILSPEC standards and addressing specific performance requirements outlined in the draft Statement of Work. These rifles and parts are critical for law enforcement operations, and the contract may also be utilized by other federal agencies. Interested parties should direct inquiries to John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov, and note that this Request for Information (RFI) is for planning purposes only, with no commitment to issue a Request for Proposal (RFP) at this time.
    LEEDS PMA
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source, firm-fixed-price contract with LEEDS Precision Instruments, Inc. for the purchase of extended warranty and software upgrades for the Evofinder System 848. This procurement aims to ensure timely and cost-effective preventive maintenance, instrument upgrades, and support for the Evofinder® Automated Ballistic Identification System, which is critical for the FBI's laboratory operations. Interested parties may submit capability statements or proposals to the primary contact, Adelle Bolton, via email at albolton@fbi.gov by 08:00 AM EST on December 13, 2025, to express their interest in this opportunity. Vendors must be registered in the System for Awards Management (SAM.gov) to be eligible for government contracts.
    Field, Background-Investigative Services (Multiple Award)
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified contractors to provide Field and Background-Investigative Services through a multiple-award Request for Quotations (RFQ). The procurement aims to establish Basic Ordering Agreements (BOAs) for an estimated 2,400 hours/points per year per awardee, with services compensated at $50 per point over a five-year period. These services are critical for conducting personnel security background investigations, ensuring compliance with federal regulations, and safeguarding sensitive information. Interested offerors must submit their quotations by June 15, 2030, and can direct inquiries to Sheray Millhouse at Sheray.Millhouse@ATF.gov or by phone at 202-648-9071.
    Solicitation_Feeder, Ammunition
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal, is seeking to award a two-year firm-fixed-price contract for the procurement of 16 units of Feeder, Ammunition, identified by National Stock Number (NSN) 1005-01-221-0420 and Part Number (PN) 7-317236300-3, exclusively from The Boeing Company. This procurement is critical for maintaining ammunition supply systems and is being conducted under the authority of FAR 6.302-1, which allows for solicitation from a single source due to the lack of available technical data. Proposals must be submitted by December 12, 2025, with inquiries due by November 27, 2025, and deliveries are expected within 180 days post-award to a designated location in Texarkana, TX. Interested parties can reach out to Contract Specialist Kaley Weeden at kaley.h.weeden.civ@army.mil for further information.
    Basic Unmanned Aerial System
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from potential vendors regarding the procurement of a Basic Unmanned Aerial System (UAS), specifically a ruggedized, backpack portable quadcopter. The UAS must meet specific requirements, including a minimum flight time of 30 minutes, compliance with the National Defense Authorization Act (NDAA), an Ingress Protection rating of IP53 or better, video recording capabilities, and an integrated Ground Control Station with a display, all within a target price of $12,000 or less. This initiative is crucial for enhancing the FBI's operational capabilities, and interested parties are invited to submit capability statements by December 23, 2025, and direct any questions to Brian Ames at bames@fbi.gov by December 10, 2025.
    Field, Background-Investigative Services
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking proposals for field and background investigative services through a combined synopsis/solicitation. The objective is to support the Personnel Security Division by conducting personnel security background investigations in compliance with legal and policy requirements, with a firm-fixed-price contract expected to span up to five years and approximately 2,400 hours of work annually per contractor. This procurement is critical for maintaining effective personnel security and ensuring thorough oversight in investigative processes. Interested offerors should direct inquiries to Sheray Millhouse at Sheray.Millhouse@ATF.gov or call 202-648-9071, and must be prepared to submit proposals under the new solicitation number 15A00025Q00000069 once it is posted.