USMS IDIQ Body Armor
ID: 15M10424RA4700013Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFUS MARSHALS SERVICEOFFICE OF PROCUREMENT, OPERATIONAL SUPPORT SECTION – A47LANDOVER, MD, 20785, USA

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)

PSC

ARMOR, PERSONAL (8470)
Timeline
    Description

    The U.S. Marshals Service (USMS), a component of the Department of Justice, is seeking proposals for a Single Award Indefinite Delivery, Indefinite Quantity (SA-IDIQ) contract to supply ballistic protective systems (body armor) for its Deputy U.S. Marshals. The contract aims to provide essential body armor components necessary for the USMS to fulfill its law enforcement responsibilities, including court security, fugitive apprehension, and witness protection. This procurement is critical for ensuring the safety and operational readiness of USMS personnel, with proposals due by October 4, 2024. Interested vendors must contact Julie Simpson at julie.simpson@usdoj.gov for the full solicitation and are encouraged to submit any questions by September 18, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a solicitation for an indefinite delivery, indefinite quantity (IDIQ) contract for body armor, managed by the United States Marshals Service with an effective date of September 3, 2024, and a submission deadline for offers by October 4, 2024. It outlines the terms for delivery, invoicing, inspection, and payment, including compliance with federal regulations related to privacy, security, and contracting procedures. The solicitation includes numerous clauses regarding contractor obligation, confidentiality, termination rights, and includes specific provisions for the handling of sensitive information.
    The document outlines the solicitation process for a Single Award Indefinite Delivery, Indefinite Quantity (SA-IDIQ) contract for body armor by the Government, detailing submission requirements for product demonstrations, technical evaluations, management plans, and pricing phases. It specifies deadlines, evaluation criteria, and communication expectations for offerors, emphasizing the importance of submitting compliant proposals to avoid disqualification. Additionally, the process includes advisory notifications post-evaluation to guide offerors on whether to proceed, with an emphasis on best value determination based on price and technical qualifications.
    The Pricing Sheet for the National Body Armor Requirement outlines various items including tactical vests, ballistic inserts, and pouches, each listed with a quantity of 1,182 at a unit price of $0.00, resulting in a total amount of $0.00 for each contract period. This includes a base year and four option years, all totaling $0.00 across the specified durations. Overall, no financial commitment is indicated as all unit prices are marked as zero.
    The Department of Justice's Acquisition Innovation Guide provides a framework for enhancing procurement processes through various innovative techniques, each focusing on maximizing value, efficiency, and transparency. The guide discusses guidelines and strategies such as oral presentations, product demonstrations, and competitive evaluations, while also addressing common misconceptions in procurement practices. Ultimately, it emphasizes the importance of collaboration and informed decision-making within the federal acquisition system to ensure optimal outcomes for both the government and contractors.
    The Department of Justice's Policy Instruction 1301.01.02, established on May 3, 2019, provides guidance for DOJ Components to utilize innovative acquisition practices across all stages of the acquisition lifecycle. It emphasizes collaboration, vendor input, and recognition of contributions while encouraging a culture of continuous innovation within the department. This directive includes a framework for engaging in innovative techniques to enhance procurement efficiency and effectiveness, supported by resources from the General Services Administration and an internal Acquisition Innovation Guide.
    The USMS provides a model subcontracting plan that must be customized to fit specific situations, emphasizing adherence to FAR 19.704 and 52.219-9 requirements. Offerors must calculate and report subcontracting goals in percentages for various business categories, including small and disadvantaged businesses, and ensure compliance with all applicable federal statutes. The plan outlines detailed guidelines for recordkeeping, reporting, and good faith efforts to engage small business concerns in subcontracting opportunities, along with the necessary administrative structure to support these initiatives.
    Lifecycle
    Title
    Type
    USMS IDIQ Body Armor
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    84--Ballistic Helmets
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified vendors to provide ballistic helmets through a combined synopsis/solicitation process. The procurement aims to acquire commercial items that meet or exceed specified requirements, with the solicitation number PR20143505 issued as a Request for Quote (RFQ). These helmets are critical for ensuring the safety and protection of personnel in border enforcement operations. Interested sellers must submit their bids via the Unison Marketplace platform by September 19, 2024, and can direct any inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    Protective Services Officer
    Active
    Justice, Department Of
    Sources Sought JUSTICE, DEPARTMENT OF is seeking a Total Small Business Set-Aside for the procurement of Protective Services Officer. This opportunity is for the recruitment of Protective Service Officers (PSOs) to assist the US Marshals Service. PSOs are responsible for ensuring the safety and security of USMS protected persons and property. They perform tasks such as standing post, patrolling duty locations, monitoring surveillance equipment, controlling access points, and evacuating protected persons in emergency situations. PSOs also provide security for specific physical locations and secure sites occupied by or visited by protected persons. Eligible candidates must have experience as actively employed, reserve, or local Law Enforcement Officers with arrest authority and a minimum of one year of experience, or Military Police Officers with a minimum of one year of experience. The position requires U.S. citizenship, being 21 years of age or older, holding a high school diploma or GED, and possessing a valid U.S. driver's license. Applicants must also have no felony criminal convictions, disqualifying misdemeanor convictions, or derogatory civil records. Firearms proficiency and medical fitness are also required. Interested applicants should submit a resume, USM 235, and USM 606 to the provided email address. Failure to follow instructions may result in non-employment by the USMS.
    LE-FAMS Tactical Gear/Equipment (Brand Name)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking quotes from qualified 8(a) Program Participants for the procurement of tactical gear and equipment for the Law Enforcement Federal Air Marshal Services (LE-FAMS). This procurement aims to acquire specialized brand-name items, including ballistic armor plates and communication devices, essential for enhancing operational efficiency and safety in transportation security operations. The contract will be awarded based on a Lowest Price Technically Acceptable evaluation process, with firm fixed-price quotes due by 12:00 PM EST on September 23, 2024. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can direct inquiries to Contracting Officer Chantay Lynch at Chantay.Lynch@tsa.dhs.gov or by phone at 609-813-3040.
    Ballistic Helmets
    Active
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is issuing a Request for Proposals (RFP) to procure lightweight and protective ballistic helmets for law enforcement personnel. These helmets must meet strict performance requirements, offering protection against pistol-caliber threats and minimizing backface deformation. Manufacturers are required to supply a substantial number of large-sized helmets, adhering to precise specifications, with accessories and replacement parts also needed. The FBI emphasizes the importance of independent testing, with vendors responsible for the associated costs. RFP 32425 has an estimated value of $22 million for two successful bidders over five years. Interested parties should refer to the RFP documents for key deadlines, with the submission deadline extended to October 17th, 2024.
    FMS Navigational Database
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking to negotiate and award a contract for a worldwide subscription to electronic navigational database services, specifically to support the functionality of aircraft flight management computers (FMC). This procurement aims to provide current and accurate navigational flight data in electronic format, which is essential for pre-flight planning and airborne operations. The contract period is set from October 1, 2024, to September 30, 2025, with Boeing Digital Solutions, Inc. identified as the intended sole source provider. Interested parties may submit information in response to this notice by emailing Victor J. Stamps at victor.j.stamps@usdoj.gov by 12:00 pm CST on September 24, 2024; however, no unsolicited proposals will be considered.
    ASHER Kits_Maxwell Air Force Base Fire Department
    Active
    Dept Of Defense
    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base, is seeking quotes from qualified small businesses for the procurement of Ballistic Protective Equipment (ASHER Kits) to enhance emergency response capabilities during active shooter incidents. The requirement includes specific items such as the F1R Universal Fire Carrier and NIJ Level IIIA ballistic armor panels, all compliant with NFPA 3000 standards, aimed at ensuring the safety and operational readiness of Fire & Emergency Services and Security Forces personnel. Interested contractors must submit their quotes by 12:00 P.M. CST on September 20, 2024, to the designated contacts, Dinah Young-Perdue and Donald Crawford, with the procurement being a total small business set-aside under NAICS code 315990.
    Universal Helmet Bag
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking manufacturers for the Universal Helmet Bag, which must be produced according to specific design specifications. This procurement involves a Firm Fixed-Priced, Indefinite Delivery, Indefinite Quantity contract with five tiered ordering periods, each lasting 12 months, and a guaranteed minimum quantity of 1,000 units, with an annual estimated quantity of 14,000 units. The solicitation, expected to be released on September 26, 2024, will be evaluated based on technical merit and past performance, with a focus on product demonstration models and socioeconomic program support. Interested parties can contact Mara Cremen at mara.cremen@dla.mil or by phone at 215-737-8094 for further details.
    25--SHIELD,CAB
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four units of the SHIELD, CAB (NSN 2510015360577). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Aircraft Navigational Charting & Mapping Services
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking to procure Aircraft Navigational Charting and Mapping Services from Boeing Digital Solutions, Inc. This contract aims to provide current and accurate navigational flight data in electronic format to support pre-flight planning and airborne operations for the Justice Prisoner and Alien Transportation System (JPATS). The services are critical for ensuring safe and efficient air transportation operations, with the contract period set from October 1, 2024, to September 30, 2025. Interested parties may submit information in response to this notice to Victor J. Stamps at victor.j.stamps@usdoj.gov by 12:00 pm CST on September 24, 2024, as this notice serves informational purposes only and is not a formal solicitation.
    Aircraft Weight & Balance/Performance Services and Support
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking to negotiate and award a contract for Aircraft Weight & Balance/Performance Services and Support specifically for three Boeing B737 series aircraft owned by the Justice Prisoner and Alien Transportation System (JPATS). The procurement is intended to fulfill unique capabilities that can only be provided by Aerodata, Inc., which has been identified as the sole source based on market research and industry contacts. This contract is crucial for ensuring the operational efficiency and safety of the aircraft utilized in prisoner and alien transportation. Interested parties may submit information in response to this notice by email to Victor J. Stamps, Contracting Officer, no later than 1:00 pm CST on September 24, 2024, as the period of performance is set from October 1, 2024, to September 30, 2025.