NSSF Las Vegas SHOT SHOW - Intent to Sole Source
ID: DJA-25-AHDQ-N-0002Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFATF ACQUISITION AND PROPERTY MGMT DIV

NAICS

Convention and Trade Show Organizers (561920)

PSC

LEASE/RENTAL OF CONFERENCE SPACE AND FACILITIES (X1AB)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 1:00 PM UTC
Description

The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), intends to award a sole source firm-fixed price Blanket Purchase Agreement (BPA) for registration and attendance at the National Shooting Sports Foundation's (NSSF) SHOT SHOW in Las Vegas, Nevada. The procurement aims to secure participation in this significant industry event, which is crucial for stakeholders in the shooting sports and firearms sectors. The estimated period of performance spans from June 2, 2025, to June 1, 2030, with options for four additional years, and all communications regarding the solicitation will be directed to the proposed contractor, the National Shooting Sports Foundation. Interested parties can reach out to Brian Palmer at brian.palmer@atf.gov for further inquiries.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Vehicle Retrofitting
Buyer not available
The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking proposals from qualified small businesses for a contract focused on vehicle retrofitting. The procurement aims to provide functional and technical support for outfitting government-owned vehicles with emergency equipment, enhancing operational capabilities for law enforcement activities. This initiative is crucial for ensuring that ATF personnel are equipped with the necessary tools to perform their duties effectively in high-risk scenarios. Interested parties must submit their proposals by 4:00 PM EST on May 7, 2025, referencing Solicitation 15A00025R00000005, and can direct inquiries to Brandon Hodnett at Brandon.Hodnett@atf.gov. The contract has a lifetime limit of $18 million, with a guaranteed minimum of $1,000, and will be awarded under an Indefinite Delivery Indefinite Quantity (IDIQ) framework.
U099--FY25: MIAMI_ Shooting Range Training Facility
Buyer not available
The Department of Veterans Affairs is seeking a contractor to provide firearms and range training facility services for the Miami VA Healthcare System, with a focus on supporting police officer training. The procurement involves establishing a secure indoor shooting range that meets various operational requirements, including multiple firing lanes, night shooting capabilities, and compliance with safety regulations regarding lead and noise exposure. This opportunity is a Total Small Business Set-Aside, with a contract term of five years and options for four additional years, emphasizing the importance of high-quality law enforcement training. Interested vendors must submit written quotes by May 15, 2025, and direct any inquiries to Contract Specialist Sallieann Wilson at sallieann.wilson@va.gov or 305.575.7000.
Salvage Vehicles Transport and Delivery
Buyer not available
The Department of Justice, through the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified small businesses to provide salvage vehicle transport and delivery services for the ATF Academy located in Brunswick, Georgia. The procurement involves establishing multiple Blanket Purchase Agreements (BPAs) for approximately 300 sedans and 50 motorcycles over a five-year period, which are essential for training programs focused on explosives response and investigation. Interested contractors must comply with specific requirements outlined in the Statement of Work, including providing environmentally friendly vehicles and adhering to ATF security protocols. Quotes are due by 12:00 PM on April 27, 2025, and must be submitted via email to Amanda Boshears at amanda.boshears@atf.gov, with all submissions being valid for 30 days post-deadline. For further inquiries, potential offerors may contact Amanda Boshears or Jordan Miller via the provided email addresses.
Target Retrieval System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the removal and disposal of an existing target retrieval system and the installation of a new 75-meter target retrieval system at Patrick Space Force Base in Florida. The project requires the installation of 10 shooting booths equipped with bulletproof dividers, collapsible barricades, and integrated storage solutions, all controlled from a single computer to enhance training efficiency and safety. This procurement is critical for modernizing military training facilities and ensuring compliance with safety regulations, with a firm-fixed-price contract expected to be awarded based on technical acceptability, price, and past performance. Interested vendors must submit their quotes by May 1, 2025, and direct any questions to Gage Belyeu at gage.belyeu.2@spaceforce.mil or 321-494-9950, with a site visit scheduled for April 28, 2025.
Patrol Rifle Replacement Red Dot System and Suppressors.
Buyer not available
The Department of the Treasury's Bureau of Engraving and Printing (BEP) is seeking proposals for a Patrol Rifle Replacement System and Suppressors to enhance security at its Western Currency Facility in Fort Worth, Texas. The procurement involves acquiring 30 Aimpoint Duty Red Dot Sights and 30 HUXWRX FLOW 556k Compact Suppressors, aimed at improving safety measures for employees and visitors in compliance with law enforcement standards. This initiative underscores the importance of maintaining a secure environment for currency production, with a contract delivery timeline of 45 days post-award. Interested small businesses can reach out to LaQulla Williams at Laqulla.Williams@bep.gov or 817-847-3905 for further details regarding the solicitation.
COMPETITION AIR RIFLES
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of competition air rifles through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 332994, which pertains to small arms and ordnance manufacturing. The competition air rifles are essential for training and competitive shooting events, highlighting their importance in military readiness and skill development. Interested vendors can reach out to Gregory Bissey at gregory.j.bissey.civ@army.mil or by phone at 706-545-2859, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details.
Indoor Firearms Range Maintenance and Lead Cleaning Services
Buyer not available
The Federal Bureau of Investigation (FBI) is seeking qualified vendors to provide Indoor Firearms Range Maintenance and Lead Cleaning Services at Redstone Arsenal in Huntsville, Alabama. The procurement aims to ensure the effective management and upkeep of the FBI's indoor small firearms ranges, emphasizing safety and compliance with federal standards, particularly concerning lead contamination and hazardous waste management. This contract will cover a base period from June 1, 2025, to May 31, 2026, with options for four additional one-year extensions, and interested contractors must submit their quotes by May 16, 2025. For further inquiries, potential offerors can contact Javia Warner at jswarner@fbi.gov or Maureen Murdock at mmurdock@fbi.gov.
Intent to Sole Source for Range Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to award a sole source firm fixed price contract to Action Target Inc. for the provision of replacement parts, service, and repair of their proprietary shooting range retrieval system at Seymour Johnson AFB in Goldsboro, North Carolina. The procurement includes specific parts such as lithium-ion batteries and LED replacement assemblies, along with a technical visit for installation, emphasizing the proprietary nature of the parts and services required, which are essential for maintaining warranty coverage and support. Interested parties who believe they can meet these requirements are invited to submit written information by May 2, 2025, at 12:00 PM (EST), with inquiries directed to Lauren Kaae at lauren.kaae@us.af.mil or Nelson Sosa at nelson.sosa@us.af.mil.
Firing Range Maintenance
Buyer not available
The Department of Homeland Security (DHS), through its Federal Protective Service (FPS), is seeking qualified contractors to provide ongoing maintenance services for its firing ranges located at the Bren Mar Training Facility in Alexandria, Virginia. The procurement involves a firm-fixed price contract for preventive and corrective maintenance of two indoor firing ranges, which includes tasks such as system inspections, thorough cleaning to manage lead contamination, and hazardous waste disposal, all aimed at ensuring the ranges remain operational and compliant with safety regulations. This contract spans a base period of 12 months with four one-year options, and all personnel must meet safety training standards while working in government facilities. Interested parties can contact Mary Katherine Saulino at marykatherine.saulino@fps.dhs.gov or 267-892-2710 for further details.
U.S. Customs and Border Protection (CBP) Law Enforcement Safety & Compliance (LESC) Directorate 9mm Duty and Reduced Hazard Qualification Ammunition
Buyer not available
The U.S. Customs and Border Protection (CBP) is seeking proposals for the procurement of 9mm Duty and Reduced Hazard Qualification (RHQ) ammunition to support its Law Enforcement Safety & Compliance (LESC) Directorate. The contract, which spans five years from September 11, 2025, to September 10, 2030, requires the delivery of ammunition that meets specific technical specifications, including lead-free projectiles for RHQ rounds, rigorous testing protocols, and compliance with safety standards. This procurement is critical for ensuring the safety and operational effectiveness of law enforcement personnel within the Department of Homeland Security. Interested vendors should contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov for further details, with an estimated maximum contract value of $99,999,900 and a minimum government guarantee of $5,000.