Armor for NPS Police officers
ID: 140P2126Q0022Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEWASHINGTON CONTRACTING OFFICELAKEWOOD, CO, 80225, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

ARMOR, PERSONAL (8470)

Set Aside

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

    The Department of the Interior, through the National Park Service (NPS), is seeking proposals for the procurement of ballistic protection gear, specifically Angel Armor External Vest System components, for newly hired law enforcement officers attending the NPS Bridge Class. This initiative aims to equip officers with standardized protective gear that meets NPS and Department of the Interior safety and operational requirements, ensuring their readiness for intensive training and field operations. The procurement is a 100% Small Business Set-Aside, with quotes due by 11:00 ET on January 15, 2026, and must be submitted via email to Richard Burns at Richard_Burns@nps.gov. The estimated value of the contract is approximately $29,827.76, and vendors must be authorized resellers of the specified brand names, with all items required to be new, unused, and compliant with NPS standards.

    Point(s) of Contact
    Burns, Richard
    (202) 354-3981
    (703) 289-2598
    Richard_Burns@nps.gov
    Files
    Title
    Posted
    The National Park Service (NPS) National Contracting Operations is issuing a Justification for Other Than Full and Open Competition for the acquisition of Angel Armor Brand Name External Vest Carriers (EVCs). This brand-name requirement, under FAR 13.5, is for 50 EVCs in various sizes, along with ID placards and name strips, to equip newly hired law enforcement officers for the NPS Bridge Class. The estimated value is $29,827.76. The Angel Armor RISE Flex system is uniquely required due to its patented 360-degree adjustable tensioning, integrated rapid rifle up-armor capability, and compatibility with existing NPS-issued ballistic panels without custom fabrication. Market research confirmed that only Angel Armor meets these refined minimum requirements crucial for officer safety, training effectiveness, and adherence to a strict January training schedule. Efforts to ensure fairness include publicizing the requirement and allowing other sources to demonstrate their ability to meet the refined requirements. The cost will be determined fair and reasonable, and NPS will continue to monitor the market for future competitive acquisitions.
    The National Park Service (NPS) requires Angel Armor External Vest System (EVS) components for newly hired law enforcement officers attending the NPS Bridge Class. This procurement ensures officers are equipped with standardized, mission-critical protective gear meeting NPS and DOI safety and operational requirements. The contractor must provide specific brand-name items, including RISE and RISE Stealth Carriers, Ally One ID Placards, and Ally One Small Name Strips, in Ranger Green and Black colors, with quantities ranging from 1 to 25 per item. All items must be new, unused, current production, and fully compatible with NPS-issued, NIJ-compliant ballistic panels. The components must also meet NPS operational requirements for durability, comfort, mobility, functionality, and proper fit, supporting intensive training and operational field environments. Delivery is required before the start of the NPS Bridge Class training cycle, with items packaged to prevent damage. Acceptance is contingent upon verification of correct quantities, adherence to salient characteristics, freedom from defects, and compatibility with ballistic panels. The period of performance extends from the award date through successful delivery and acceptance.
    This Request for Quotation (RFQ) 140P2126Q0022 from the National Park Service (NPS) seeks proposals for ballistic protection, specifically various models of RISE armor and Ally One placards, for the Law Enforcement Training Center. This is a 100% Small Business Set-Aside, and only quotes from small businesses will be evaluated for a Firm Fixed Price contract. Quotes are due by 11:00 ET on January 15, 2026, via email to Richard_burns@nps.gov. The RFQ includes standard federal acquisition clauses, such as prohibitions on certain telecommunications and video surveillance equipment and supply chain security requirements. Vendors must be authorized resellers of the specified brand names and are encouraged to offer discounts. Payment will be processed electronically through the Invoice Processing Platform (IPP).
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Request for Information DOI Uniform Program
    Interior, Department Of The
    The National Park Service, on behalf of the Department of the Interior, has issued a Request for Information (RFI) to identify vendors capable of supplying uniforms and related items under the NAICS Code 315210 (Cut and Sew Apparel Contractors). The procurement aims to assess the capability of vendors to provide 'Buy American' compliant civilian and law enforcement uniforms, patches, insignia, headwear, footwear, outerwear, and other related items for approximately 35,000 employees across up to seven federal land management bureaus. This initiative is critical for ensuring that federal employees are equipped with high-quality, compliant uniforms while promoting domestic manufacturing. Interested vendors are encouraged to submit capability statements by January 9, 2026, detailing their ability to meet the specified requirements, including pricing comparisons and experience with uniform programs. For further inquiries, vendors may contact Jaime Mijares at JaimeMijares@nps.gov or by phone at 303-969-2755.
    84--Request for Information DOI Uniform Program
    Interior, Department Of The
    The National Park Service, representing the Department of the Interior, has issued a Request for Information (RFI) regarding the DOI Uniform Program, aimed at identifying vendors capable of supplying compliant uniforms for approximately 35,000 employees across various federal land management bureaus. The procurement seeks to gather information on the ability to provide uniforms, patches, insignia, headwear, footwear, and outerwear that meet Buy American Act requirements, as well as insights into cost comparisons and domestic manufacturing risks. This initiative is critical for ensuring that federal employees are equipped with appropriate attire for diverse climates and work conditions. Interested vendors should submit their capability statements and any inquiries by January 2, 2025, with final submissions due by January 9, 2026. For further information, vendors can contact Jaime Mijares at JaimeMijares@nps.gov or by phone at 303-969-2755.
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP) is seeking qualified vendors to provide ballistic shields for its Law Enforcement Safety & Compliance (LESC) Directorate. The procurement involves a Request for Quotes (RFQ) for high-quality, lightweight ballistic shields, which must meet specific technical requirements, including compliance with ASTM International Standards and a 10-year ballistic warranty. These shields are critical for ensuring the safety of law enforcement personnel in various operational environments. Interested parties should note that the due date for submissions has been extended to March 6, 2026, at 2 PM ET, and that contract awards are contingent upon the availability of funds. For further inquiries, vendors can contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov or John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov.
    7J--REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting bids for the replacement of surveillance cameras at various locations within Shenandoah National Park in Virginia. The project aims to remove existing cameras and infrastructure while installing approximately 48 new NDAA-compliant IP-connected security cameras, along with necessary wiring and network equipment, to enhance the park's surveillance capabilities. This small business set-aside acquisition has an estimated contract value between $100,000 and $250,000, with a performance period of 90 calendar days from the notice to proceed. Interested contractors should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and note that a site visit is scheduled for December 18, 2025, with proposals due by January 23, 2026, at 12:00 PM ET.
    42--GEAR,FIRE PROTECTIV
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of fire protective gear, specifically NSN 4210017187013. The contract includes multiple delivery lines, with quantities ranging from 1 to 50 units, to various naval and coast guard vessels and facilities, all requiring delivery within five days after order (ADO). This gear is critical for ensuring the safety and protection of personnel in fire and rescue operations across military and maritime environments. Interested vendors must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to the DLA via email at DibbsBSM@dla.mil.
    42--GEAR,FIRE PROTECTIV
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 25 units of fire protective gear, specifically NSN 4210017186904. This solicitation is part of a total small business set-aside and aims to ensure that qualified small businesses can participate in providing essential safety equipment for military personnel. The gear is critical for fire and rescue operations, underscoring its importance in maintaining safety standards within defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and inquiries can be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 159 days after the award date.
    19--NPS ISRO Ranger IV Vessel
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the manufacture and delivery of the Ranger IV vessel, intended for operations at Isle Royale National Park in Michigan. This procurement involves the construction of a hybrid diesel-electric passenger and cargo vessel designed to replace the existing M/V Ranger III, with specific requirements including compliance with US Coast Guard and American Bureau of Shipping regulations, a capacity for 150 passengers, and a 50-year service life. The Ranger IV will play a crucial role in transporting visitors and cargo across Lake Superior, supporting park operations from mid-April to mid-October. Interested contractors must submit their proposals by January 20, 2026, and acknowledge all amendments to the solicitation, with further inquiries directed to the Contracting Operations Strategic Team at ConOpsStrategicTeam@nps.gov.
    Soldier Protection Equipment - Vital Torso Protection
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking industry input for the development of Vital Torso Protection (VTP) ballistic armor through a Sources Sought notice. The Product Manager Soldier Protective Equipment (PdM SPE) is requesting white papers from vendors that detail their capabilities in producing a Lightweight Small Arms Protective Insert (LSAPI), focusing on two design solutions: a performance-sensitive option that meets stringent weight and ballistic standards, and a cost-effective alternative. This initiative is crucial for enhancing soldier safety and operational effectiveness, with a particular emphasis on achieving a ceramic-based solution that is lightweight and meets specific Army requirements. Interested vendors must submit their white papers, limited to 20 pages, within 45 days of the notice, and direct their submissions to Ms. Marianne Velez at marianne.e.velez.civ@army.mil and Ms. Theresa Quick at theresa.s.quick.civ@army.mil.
    Perimeter Security Assets
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals for the acquisition of Perimeter Security Assets through a Request for Proposal (RFP) designated as 70US0926R70093552. This procurement aims to establish multiple firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contracts with small businesses to provide temporary security solutions and coordination services for National Special Security Events (NSSEs) across the United States. The selected contractors will be responsible for managing the acquisition, installation, and removal of various security assets, including vehicle barriers and fencing, while adhering to strict timelines and security requirements. Proposals are due by 11:00 AM EST on January 20, 2026, and must include a comprehensive management approach, technical approach, past performance documentation, and pricing information. Interested parties can contact Melissa Chabot at melissa.chabot@usss.dhs.gov or Katheryn Dennis at katheryn.dennis@usss.dhs.gov for further inquiries.
    Solicitation for Gunner Shield Kit; NSN: 2510-01-498-4996
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the Gunner Shield Kit (NSN: 2510-01-498-4996) under a five-year Firm Fixed Price contract. The procurement aims to acquire up to 1,200 units of the Gunner Shield Kit, which is critical for military vehicle operations, ensuring enhanced protection and functionality. Interested vendors must comply with specific requirements, including First Article Testing, military packaging standards, and ISO 9001:2015 certification, while also obtaining access to export-controlled technical data through the Joint Certification Program (JCP). Proposals are due to the primary contact, Nikhil Patel, via email by the specified deadline, with all submissions evaluated based on the Lowest Price Technically Acceptable (LPTA) method.