FY25 D51 HS-10R HANDHELD ACOUSTIC HAILING DEVICE
ID: 15M10225QA4700288Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICEDEPT OF JUSTICE US MARSHAL SERVICEDAYTON, OH, 45402, USA

NAICS

All Other Miscellaneous Manufacturing (339999)

PSC

HARDWARE, COMMERCIAL (5340)

Set Aside

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

    The Department of Justice, specifically the U.S. Marshals Service, is soliciting quotes for the procurement of FY25 D51 HS-10R Handheld Acoustic Hailing Devices, with a focus on small business participation. The procurement requires the delivery of six units to Albuquerque, New Mexico, between September 1, 2025, and August 31, 2026, and includes strict compliance with privacy and information security regulations. These devices are essential for law enforcement operations, enhancing communication capabilities in various scenarios. Interested vendors must submit their completed quotes to Renee Leaman at renee.leaman@usdoj.gov by August 21, 2025, at 11:00 AM CT, and adhere to the outlined contract terms and conditions.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quote (RFQ) from the U.S. Marshals Service for FY25 D51 HS-10R Handheld Acoustic Hailing Devices. It outlines the solicitation details, including an issue date of August 18, 2025, and an offer due date of August 21, 2025, at 11:00 AM CT. The acquisition is a small business set-aside under NAICS code 339999. Key aspects include contract terms, conditions, and specific clauses related to privacy (DOJ-02) and information security (DOJ-05). These clauses mandate strict handling of Personally Identifiable Information (PII) and Department of Justice (DOJ) information, requiring specific training, non-disclosure agreements, incident reporting within one hour of discovery, and compliance with federal security standards. The RFQ also details delivery requirements for six units to Albuquerque, NM, between September 1, 2025, and August 31, 2026, and emphasizes compliance with FedRAMP authorization for cloud services, if applicable, along with supply chain risk management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Buyer not available
    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.
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Buyer not available
    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.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    59--HANDSET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 18 units of the HANDSET (NSN 5965017218566). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and an estimated 12 orders per year, with a guaranteed minimum quantity of 2 units. The HANDSET is crucial for various military communications and operations, and items will be shipped to multiple DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be available online, and hard copies will not be provided.
    59--HANDSET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 209 handsets under solicitation number NSN 5965200086520. This opportunity may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 10 orders per year and a guaranteed minimum quantity of 31 units. The handsets are crucial for military communications and will be shipped to various domestic and overseas DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    HANDSET
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of handsets under a fixed-price contract. The primary objective is to manufacture and design handsets that meet specific technical requirements, including compliance with standards set by L3Harris Technologies, Inc., and adherence to quality assurance protocols. These handsets are critical for communication systems within the Navy, ensuring operational effectiveness and reliability. Interested vendors should note that the solicitation includes a total small business set-aside and requires submission of quotes within 90 days of the closing date. For further inquiries, potential bidders can contact Zackary Loudon at 564-230-3811 or via email at ZACKARY.G.LOUDON.CIV@US.NAVY.MIL.
    FY26-28 A45 Psychological fit for duty exam
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for psychological fit-for-duty evaluations for incumbent Deputy U.S. Marshals (DUSMs) for the fiscal years 2026 to 2028. The contractor will be responsible for conducting structured clinical interviews and administering standardized psychological tests, including the MMPI-2-RF and MCMI-IV, to assess the mental and emotional capacity of DUSMs to perform their duties safely in high-stress environments. These evaluations are crucial for ensuring the well-being of law enforcement personnel and maintaining operational effectiveness. Interested parties must submit their completed quotes to Renee Leaman at renee.leaman@usdoj.gov by December 11, 2025, at 11:00 AM EST, as this opportunity is set aside for small businesses under the SBA guidelines.
    59--HEADSET-MICROPHONE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 71 headset microphones under solicitation number NSN 5965014461533. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with a guaranteed minimum quantity of 10 units and an estimated four orders per year. These headset microphones are crucial for various military applications, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    59--LOUDSPEAKER,PERMANE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 25 units of a permanent loudspeaker (NSN 5965013132470). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for small businesses under the SBA guidelines. The loudspeakers will be utilized in various applications across CONUS and OCONUS DLA depots, emphasizing their importance in military communications and operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, with the solicitation available online at the DIBBS website.
    63--HORN,SIGNAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 15 signal horns (NSN 6350015260746) under a Combined Synopsis/Solicitation notice. The contract may result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. These signal horns are critical for alarm, signal, and security detection applications, and will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.