BORTAC Energetic Breaching Rollout Kits
ID: 70B03C25Q00000217Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONBORDER ENFORCEMENT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

All Other Miscellaneous Manufacturing (339999)

PSC

CLOTHING, SPECIAL PURPOSE (8415)

Set Aside

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

    The Department of Homeland Security, through U.S. Customs and Border Protection, is seeking qualified vendors to supply approximately ten standardized BORTAC Level 2 Energetic Breaching Rollout Kits for the Border Patrol Tactical Unit (BORTAC). These kits are essential for personnel who have completed the Energetic Breacher Certification Course, and the procurement aims to enhance acquisition efficiency by consolidating the purchase of necessary equipment into complete kits rather than individual items. The kits must include a detailed inventory of specified equipment and supplies, with delivery expected within 120 days to BORTAC Headquarters in El Paso, Texas. Interested parties can contact Marketplace Support at marketplacesupport@unisonglobal.com or by phone at 1-877-933-3243 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Homeland Security (DHS) through U.S. Customs and Border Protection (CBP) intends to procure approximately ten standardized BORTAC Level 2 Energetic Breacher Roll-Out Kits for the Border Patrol Tactical Unit (BORTAC). These kits will provide essential gear for personnel who have completed the Energetic Breacher Certification Course. The kits are to be consolidated, enhancing acquisition efficiency and reducing costs compared to previous individual item purchases. The request specifies a firm fixed-price contract with delivery expected within 120 days to BORTAC Headquarters in El Paso, Texas. Key requirements include an equipment replacement warranty, comprehensive customer support, and the capability for size exchanges. Each kit must include a detailed inventory based on attachments outlining specific equipment and supplies. The document underscores the importance of confidentiality and proper handling of government information by the contractor. It also emphasizes that all components must be delivered as complete kits, with vendors responsible for ensuring items are packed securely and compliant upon inspection. This procurement reflects a commitment to equipping agents effectively to fulfill their operational roles in dynamic and challenging environments.
    The document details a Brand Name Justification by the U.S. Customs and Border Protection (CBP) for the procurement of 10 BORTAC Breaching Rollout Kits. The acquisition is authorized under federal regulations and aims to equip Level 2 Energetic Breaching Agents with essential tools for deployment and field operations. The proposed procurement focuses on these brand name kits due to their proven reliability and safety, developed through extensive research and real-world usage. Opting for an alternative product would necessitate extensive testing and additional training, which could limit operational efficiency and incur unforeseen costs. The justification emphasizes the critical nature of having specialized, high-quality equipment to meet strict operational and safety standards during breaching missions. CBP plans to post this requirement on e-Buy, aligning with federal procurement procedures.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    DHS Medical Supplies BPA Modification
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.
    Soft-Sided Facilities and Wrap-around Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Customs and Border Protection (CBP), is seeking to modify an existing Blanket Purchase Agreement (BPA) for the provision of soft-sided facilities and wrap-around services. The procurement aims to expand existing facilities by providing comprehensive services, including intake processing, meal services, janitorial services, security, and necessary infrastructure support such as plumbing and video surveillance systems. These services are critical for the effective operation of administrative facilities that support CBP's mission. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further details regarding this opportunity.
    M4 Rifle and Parts (5.56x45mm NATO)
    Homeland Security, Department Of
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking information from manufacturers and distributors regarding the procurement of M4-style rifles, parts, and accessories, as well as armorer training. The objective is to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to augment or replace existing rifles used for duty and training, ensuring compatibility with MILSPEC standards and addressing specific performance requirements outlined in the draft Statement of Work. These rifles and parts are critical for law enforcement operations, and the contract may also be utilized by other federal agencies. Interested parties should direct inquiries to John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov, and note that this Request for Information (RFI) is for planning purposes only, with no commitment to issue a Request for Proposal (RFP) at this time.
    Soft-Sided Facilities and Wrap-around Services El Paso
    Homeland Security, Department Of
    The U.S. Department of Homeland Security, specifically the United States Customs and Border Protection (CBP), is seeking to modify Task Order number 70B01C23F00000067 to establish a new 2500-person soft-sided facility in El Paso, Texas, along with wrap-around services. This procurement is being conducted under a Limited-Sources Justification in accordance with FAR 8.405-6(a), indicating a focused need for these specific services and facilities to support operational requirements. The establishment of such facilities is critical for managing and accommodating personnel and resources effectively in response to border security needs. Interested parties can reach out to Jacob Burns at JACOB.J.BURNS@CBP.DHS.GOV for further information regarding this opportunity.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Homeland Security, Department Of
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    How to do Business with U.S. Customs and Border Protection
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is offering training sessions for small businesses interested in learning how to engage in business with the agency. These training sessions, part of the Office of Acquisition's Industry Partnership and Outreach Program (IPOP), will occur on the first and third Tuesdays of each month from 1:00 PM to 2:30 PM EST, and interested contractors must register through the CBP Business Connection Portal. This initiative is crucial for enhancing small business participation in federal contracting opportunities, ensuring that potential vendors are well-informed about the procurement process. For further inquiries, interested parties can contact Ivette Jorge at smallbusinessoffice@cbp.dhs.gov or David K. Harrod at cbp-ipop@cbp.dhs.gov.
    Berth, Crew Rack and Locker, Wardrobe
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to supply crew berths and wardrobe lockers under Request for Quote 70Z08526Q30005B00. The procurement includes 11 crew racks and 17 wardrobe lockers, all of which must meet specific part numbers and military packaging standards, ensuring they are delivered in new, fully assembled condition. These items are crucial for the operational readiness and accommodation of personnel within the Coast Guard. Quotes are due by December 17, 2025, at 1 PM EST, with delivery expected by April 20, 2026, and interested parties should direct inquiries to Carlos Diaz Garcia at Carlos.A.DiazGarcia@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    4-Wheel Portability Kit
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure eleven 4-wheel portability kits compatible with Kubota GL7000 and GL11000 Diesel Generators. These kits are essential for FEMA's Staging Field Operations, enabling reliable power supply in austere environments during disaster response efforts by facilitating the easy unloading and connection of generators. Interested vendors must submit their firm-fixed price quotes by December 22, 2025, with questions due by December 16, 2025, and are required to include a clear product image along with their submission. For further inquiries, potential bidders can contact Lassey Wilson-Bahun at lassey.wilsonbahun@fema.dhs.gov or David Bailey Jr. at david.baileyjr@fema.dhs.gov.
    B-2 TLX Kits, FA821322R3003
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-2 TLX Kits under the solicitation FA821322R3003. This opportunity involves the acquisition of cartridge and propellant actuated devices and components, which are critical for the operational capabilities of the B-2 aircraft. The performance of this contract will take place in Fairfield, California, and is essential for maintaining the effectiveness and readiness of the Air Force's fleet. Interested vendors can reach out to primary contact Deric Deede at deric.deede@us.af.mil or by phone at 208-881-8595, or secondary contact Haley Spletzer at haley.spletzer.1@us.af.mil or 303-980-4812 for further details.