Intent to Sole Source ARMAG Relocation
ID: CPS-2220-26-0013Type: Special Notice
Overview

Buyer

CONSUMER PRODUCT SAFETY COMMISSIONCONSUMER PRODUCT SAFETY COMMISSIONCONSUMER PRODUCT SAFETY COMMISSIONBETHESDA, MD, 20814, USA

NAICS

Prefabricated Metal Building and Component Manufacturing (332311)

PSC

MISCELLANEOUS PREFABRICATED STRUCTURES (5450)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Consumer Product Safety Commission (CPSC) intends to negotiate a sole source contract with ARMAG Corp. for the relocation of two double wide ARMAGs from the Blossom Point Research Facility in Welcome, MD, to the Summit Point Training Facility in Summit Point, WV. The procurement is necessary as ARMAG Corp. is the sole manufacturer qualified to disassemble and reassemble the explosion-proof magazines while ensuring compliance with ATF regulations. Interested parties may submit capability statements to demonstrate their ability to meet this requirement, with responses due by 12 PM Eastern Time on January 7, 2026. For further inquiries, contact Derrick Braswell at dbraswell@cpsc.gov or Cassandra Sterba at csterba@cpsc.gov.

    Point(s) of Contact
    Derrick Braswell
    dbraswell@cpsc.gov
    CASSANDRA STERBA
    csterba@cpsc.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Blast Overpressure Protection Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Engineer Research and Development Center (ERDC), is issuing a Commercial Solutions Opening (CSO) to acquire innovative commercial products, technologies, or services related to blast overpressure protection. This solicitation allows for the competitive award of proposals that do not need to be commercially available but must meet the requirements set forth by the regulation, enabling the use of commercial procedures for contract execution. The solutions submitted will be evaluated by subject matter experts within the ERDC, emphasizing the importance of innovative approaches in enhancing safety and effectiveness in military applications. Interested parties must submit their proposals through the ERDCWERX platform by 12 PM EST on December 22, 2025, and can reach out to Allison Hudson at allison.b.hudson@usace.army.mil for further inquiries.
    Solicitation - Holder, Ammunition NSN: 1398-01-330-9529
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit (ACC-DTA), is soliciting proposals for a Firm Fixed Price Contract to supply "Holder, Ammunition" (NSN: 1398-01-330-9529) for the M1 Abrams Family of Vehicles. This procurement is set aside for small businesses and includes a production quantity of three units, with an option for an additional three units, requiring delivery within 150 days after contract award. The solicitation emphasizes strict adherence to military packaging and marking standards, as well as compliance with quality assurance protocols and training requirements. Interested parties must submit their proposals via email by December 29, 2025, and can contact Haley Bruns at haley.r.bruns.civ@army.mil for further information.
    1377-01-356-7841 SP02 1377-01-356-7842 SP03
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for explosive items under the solicitation titled '1377-01-356-7841 SP02 1377-01-356-7842 SP03'. This procurement is restricted to Rockwell Collins and involves items classified under the NAICS code 325920 for Explosives Manufacturing, with a focus on cartridge and propellant actuated devices and components. The items are critical for defense operations, necessitating a Safety Survey due to their explosive nature, and a limited drawing package is available for interested contractors. The solicitation close date has been extended to July 11, 2025, at 2:00 PM Eastern Time, and interested parties should acknowledge receipt of this amendment to ensure their offers are considered. For further inquiries, contractors can contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil.
    M548 Metal Ammunition Containers Bridge Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a 12-month bridge contract for the production and delivery of approximately 9,000 M548 Metal Ammunition Containers, which are critical for packaging small and medium caliber ammunition used in both training and combat operations. This contract, valued at approximately $616,964.60, will be awarded to Conco, Inc. under the authority of 10 U.S.C. 3204(a)(1), as it is determined that only this vendor can meet the urgent delivery timelines required for November 2025, January 2026, and April 2026 without unacceptable delays. Interested parties can reach out to Angela D. Ray at angela.d.ray10.civ@army.mil or Angela L. Scriven at angela.l.scriven2.civ@army.mil for further information regarding this procurement opportunity.
    1420-01-365-184 CWBO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of explosive items under the title '1420-01-365-184 CWBO'. This opportunity is a competitive, 100 percent Small Business Set-aside, requiring bidders to provide a base quantity of 30 units, with an option for an additional 133.3 percent of the base quantity. The items sought are classified under the NAICS code 332993, focusing on ammunition manufacturing, and are critical for military operations involving guided missile components. Interested parties should note that paper copies of the solicitation will not be provided, and they must contact Connor Fry at 717-605-4048 or via email at connor.b.fry.civ@us.navy.mil for further details regarding the safety survey and explosive specifications.
    SAS Product Licenses and Hosting Services (Modification Justification)
    Consumer Product Safety Commission
    The U.S. Consumer Product Safety Commission (CPSC) intends to issue a modification to a sole source award for SAS Product Licenses and Hosting Services to Executive Information Systems, LLC. This procurement aims to enhance the CPSC's capabilities in investigating and improving the safety of consumer products, as authorized under 5 U.S.C. § 2054. The modification will be negotiated under the authority of FAR 6.302-1 and 41 U.S.C. 253(c)1, utilizing a Task Order off a GSA Schedule in accordance with FAR Part 8 and 12 procedures. Interested parties may express their interest and submit a capability statement to D. Tam Rushbrook at drushbrook@cpsc.gov or by phone at 301-504-7043.
    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.
    NOTICE OF INTENT TO SOLE SOURCE - NPMS
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source contract for annual preventative maintenance services for the Negative Pressure Mail Suite (NPMS) at its warehouse facility in Springfield, Virginia. The contract, which will be awarded to American Safe Air, the original equipment manufacturer, includes quarterly preventative maintenance, inspections, and repairs of various components of the NPMS, which is critical for processing incoming mail for bio-hazardous and physical threats. Interested parties who believe they can provide the required services are encouraged to contact Teresa Roshau-Delgado by December 18, 2025, at 10:00 AM EST, as the procurement will follow FAR Part 13 procedures and is not open for competitive quotations.
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is conducting a Request for Information (RFI) to explore market capabilities for providing less lethal specialty impact and chemical munitions, specifically distraction devices and munitions that can be hand-delivered or launched from 40mm launchers. This procurement aims to equip CBP and other federal agencies with necessary training and operational tools while achieving cost efficiencies, with a planned 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The munitions sought include various types such as smoke, CS, and OC canisters, rubber ball grenades, and specialized training kits, all of which must comply with CBP's Use of Force Policy. Interested vendors should submit their responses via email to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov by 2:00 p.m. EST on October 24, 2025, as this RFI is for information and planning purposes only and does not constitute a commitment to contract.
    Safety Unit, Safety
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), intends to issue a solicitation for the procurement of Safety Units, specifically the MODEL 7FS, under National Stock Number 5450-01-453-2921. The requirement includes a quantity of seven units, which are essential for various safety storage applications within military operations. This pre-solicitation notice indicates that the solicitation will be published on DIBBS, where all responsible sources may submit bids or proposals for consideration. Interested parties can contact Avril Dickerson at 445-737-7976 or via email at AVRIL.DICKERSON@DLA.MIL for further information.