Mission Critical: Apprehending fugitives FY25 TD 25199 GRAD GEAR ITEMS - BDUSMI 2504
ID: 15M10225QA4700164Type: Solicitation
Overview

Buyer

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

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)

PSC

INDIVIDUAL EQUIPMENT (8465)

Set Aside

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

    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals from small businesses for the procurement of mission-critical gear items, including various apparel such as jackets and tactical pants, required for training and operational purposes. This contract is set aside exclusively for small businesses, including those owned by service-disabled veterans and economically disadvantaged women, with deliveries scheduled between June 17, 2025, and December 31, 2025. The initiative underscores the importance of compliance with federal guidelines and operational readiness, ensuring that personnel are adequately outfitted while safeguarding sensitive information. Interested vendors should contact Jennifer Brite at jennifer.brite@usdoj.gov or Veronica Gutierrez at veronica.gutierrez@usdoj.gov for further details and must adhere to the submission requirements outlined in the attached RFQ document.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Standard Operating Procedure for the Training Division's Duty Uniform for Operational Positions within the U.S. Marshals Service. It specifies the standard and optional items issued to all BDUSM and EOTP candidates during their training. Key uniform components include a navy blue polo shirt and t-shirt featuring embroidered USMS badges, khaki range pants with articulated knees, a navy blue baseball cap, black un-insulated boots, and a modular duty belt with various pouches for carrying essential equipment. The document details specifications for each item such as materials, sizing, and specific design elements aimed at ensuring comfort, durability, and functionality, including water resistance for jackets and tactical load-bearing vests. The primary purpose is to establish a standardized uniform that promotes professionalism and operational readiness among U.S. Marshals. This documentation is crucial for compliance with agency standards and maintaining a cohesive appearance in the field.
    The document outlines the uniform issuance for personnel within the U.S. Marshals Service, detailing specific items and quantities requested for various clothing and gear. The inventory includes polo shirts, t-shirts, raid jackets, ball caps in multiple sizes, winter jackets, boots, tactical pants, and other related items. Each category indicates the number of items required, emphasizing the thorough documentation of uniform needs by badge ID and individual personnel. The structure comprises detailed lists with quantities indicating a systematic approach to uniform distribution, ensuring that all members are adequately outfitted according to size and type. The totals at the end of each section provide an overview of the overall requirements. This document represents a typical government Request for Proposal (RFP) or grant process, highlighting the importance of tracking and managing personnel equipment, which is crucial for operational readiness and compliance with federal guidelines. The precise enumeration of items illustrates effective logistical planning to support the service's operational capabilities and personnel welfare.
    The document is a solicitation from the U.S. Marshals Service (USMS) for commercial products and services, specifically targeted towards small businesses. It concerns the procurement of various gear items such as jackets, pants, and other apparel required for training and operational purposes, with deliveries scheduled between June 17, 2025, and December 31, 2025. The contract emphasizes compliance with strict privacy, security, and operational requirements, including the safeguarding of sensitive information and the use of government systems for contractor work. The solicitation is set aside exclusively for small businesses, including those owned by service-disabled veterans and economically disadvantaged women. Key contractual clauses define payment terms, conditions for goods delivery, and expectations for contractor responsibilities during emergencies. Additionally, there are specified requirements for contractor performance, privacy training, and protection of personally identifiable information (PII). This initiative reflects the government's aim to promote small business participation while ensuring integrity and accountability in procurement processes within federal requirements.
    Similar Opportunities
    FBI Police Uniforms
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity is a total small business set-aside for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance and operational effectiveness among FBI personnel, requiring contractors to provide both brand-name and "brand name or equal" items, as well as local tailoring services within a 50-mile radius of FBI headquarters in Washington, D.C. Interested vendors must submit their proposals, including samples, by January 9, 2026, at 5:00 PM ET, and can direct inquiries to Ricardo Tiggle at rtiggle@fbi.gov.
    AFD National Canine Services for Seized and/or Forfeited Canines for CONUS and OCONUS
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking proposals for the National Canine Services contract, which involves comprehensive support for seized and forfeited canines both within the continental United States (CONUS) and outside (OCONUS). The contract requires services such as onsite seizure support, transportation, daily care, veterinary treatment, kenneling, expert witness services, and disposal of canines, ensuring compliance with federal regulations and humane treatment standards. This procurement is critical for the management of animals in USMS custody, with a contract period starting from February 27, 2026, to February 26, 2027, and options extending through August 26, 2031. Interested parties must submit their proposals by December 22, 2025, and can direct inquiries to Christopher Ottie at Christopher.Ottie@usdoj.gov or Eliana York at eliana.york@usdoj.gov.
    R5 LEI Outerwear Ballistic Carrier Vests
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking quotes from qualified small businesses for the procurement of Outerwear Ballistic Carrier Vests for its Law Enforcement and Investigation unit in the Pacific Southwest Region. The solicitation, identified as 127EAT26Q0014, requires custom-made outer carrier vests constructed from OD Green 1000 Denier Cordura nylon, featuring specific pocket configurations and distinctive markings, with a total of 140 vests to be supplied. This procurement is critical for equipping law enforcement personnel with the necessary protective gear, and proposals must be submitted by December 16, 2025, at 12:00 PM Pacific Time to Fareedah Vaughn at fareedah.vaughn@usda.gov, with questions due by December 8, 2025. Interested contractors must be registered in the System for Award Management (SAM) and provide detailed documentation as outlined in the solicitation.
    FY26-30 A45 Transcription Services
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for transcription services as part of the FY26-30 A45 Transcription Services contract. This procurement aims to secure a contractor capable of transcribing both digital and physical audio/video files, including providing Spanish-to-English translation, with delivery options of 10 days and 3 days. The services are critical for ensuring accurate documentation and compliance with DOJ security and privacy regulations, particularly concerning sensitive information and Personally Identifiable Information (PII). Interested small businesses must submit their completed quotes via email to Renee Leaman by December 10, 2025, with the procurement due date extended to December 17, 2025. For further inquiries, contact Renee Leaman or Kate Oravitz-Weeks at their respective email addresses.
    FY26-28 A45 Psychological fit for duty exam
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting proposals for psychological fit-for-duty evaluations for 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 to assess the mental and emotional fitness of DUSMs, which is crucial for their performance in high-stress law enforcement roles. This procurement emphasizes the importance of adhering to professional mental health standards and federal regulations, particularly regarding the safeguarding of Personally Identifiable Information (PII). Interested parties must submit their completed quotes to Renee Leaman via email by December 11, 2025, with the procurement due date extended to December 18, 2025, at 11:00 AM EST.
    MC & NWU APECS Trousers
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is soliciting proposals for the procurement of Marine Corps and Navy Working Uniform All-Purpose Environmental Clothing System (APECS) trousers. This solicitation, designated SPE1C1-25-R-0103, includes specific requirements for three types of trousers: Woodland Camouflage Class 1 for the Marine Corps, and Desert and Woodland Camouflage for the Navy, with strict adherence to military specifications and quality assurance standards. The trousers are critical for military personnel, providing essential environmental protection and operational functionality. Interested HUBZone small businesses must submit proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 22, 2025, at 3:00 PM EST, including Product Demonstration Models and compliance with various federal regulations. For further inquiries, contact Marissa Sacca at Marissa.1.Sacca@dla.mil or Randall McArthur at RANDALL.MCARTHUR@DLA.MIL.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Justice, Department Of
    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.
    DHS-wide Uniforms III Contract
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking proposals for the DHS-wide Uniforms III Contract, managed by the U.S. Customs and Border Protection (CBP). This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the supply of uniforms and quartermaster services for approximately 135,000 DHS employees across various components, ensuring compliance with domestic sourcing requirements under the Kissell Amendment. The contract will include a base period of three years, with options for additional years, and will require offerors to submit proposals that adhere to detailed specifications outlined in the solicitation documents. Interested parties should direct their inquiries to Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov, with proposals due by the specified deadline.
    10--HARNESS,W13
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 5 units of the HARNESS, W13 (NSN 1005015661817). 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 items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of reliable supply chains for military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    2026 SMJ FOOD BOXES
    Interior, Department Of The
    The Bureau of Land Management (BLM), through the National Interagency Fire Center (NIFC), is seeking quotations for the procurement of food items for Smokejumper Food Kits for fiscal year 2026. The solicitation, identified as Number 140L3726Q0004, requires specific food items such as bean dip, peanut butter-filled pretzels, and toaster pastries, with all items needing to have expiration dates no earlier than September 2026 and delivery by April 1, 2026. This acquisition is crucial for supporting the nutritional needs of smokejumpers during fire suppression operations, and it is set aside for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers via email to Casey Boyd at cmboyd@blm.gov by December 16, 2025, at 5 PM Eastern, and must be registered in SAM and WOSB certified to be eligible for consideration.