Notice of Intent - Performance Custom Cabinets, LLC
ID: SHOP-PR-24-002920Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATION

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)
Timeline
    Description

    Notice of Intent - Performance Custom Cabinets, LLC

    The Federal Bureau of Investigation (FBI) from the Department of Justice intends to negotiate a one-time, sole source, fixed price contract with Performance Custom Cabinets, LLC. The purpose of this contract is to purchase Performance Custom Cabinets, LLC Thorguarde lock boxes. These lock boxes are part of the Thorguarde Custom Cabinet system, which is manufactured, provided, and installed exclusively by Performance Custom Cabinets, LLC.

    The FBI will distribute this notice solely through the U.S. General Services Administration's beta.sam.gov website. Interested parties should monitor the website for the most up-to-date information about this acquisition. The North American Classification System Code for this procurement is 332999, which falls under All Other Miscellaneous Fabricated Metal Product Manufacturing.

    The FBI intends to negotiate with only one source for this procurement, in accordance with FAR 6.302-1(b)(1). Interested parties can express their interest and capability to respond to this requirement by contacting Allison E. Stecher via email at aestecher@fbi.gov. The deadline for responses is Wednesday, June 12, 2024, at 12:00 PM Eastern Time. Only emailed responses will be considered. The information received will be used to determine whether or not to conduct a competitive procurement. The final decision to compete or not will be at the discretion of the Government.

    Vendors interested in this opportunity must be registered in SAM (System for Award Management) to be eligible for government contracts. The FBI's financial system has a direct interface with SAM, so it is crucial for vendors to ensure that their SAM information is updated and accurate. This includes TIN, EFT, DUNS, addresses, and contact information. The EFT banking information on file in SAM will be used by the FBI for payment processing.

    The place of performance for this contract is Quantico, Virginia, United States.

    Please note that this notice constitutes the only publication for this procurement, and interested parties should carefully review the details provided.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NOI to Sole Source for NVG Repair
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source contract with L3 Harris Technologies, Inc. for the repair of night vision goggles (NVG) previously acquired by the agency. The contract is necessary as L3 Technologies is the sole manufacturer of the specific NVG model and is uniquely qualified to perform the required repairs. These NVGs are critical for various law enforcement and operational activities, underscoring the importance of maintaining their functionality. Interested parties may express their capabilities by contacting Beanchor M. Liggins via email at bmliggins@fbi.gov by 9 AM CT on January 9, 2026, as this notice is not a request for competitive quotations.
    Notice of Intent to Sole Source - Secure Brow System Mid-Brow Doors
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) intends to award a sole source contract to Dawson MCG, LLC for the procurement of Secure Brow System Mid-Brow Doors. This acquisition is critical for enhancing security measures and operational capabilities within the agency's mission scope. The procurement falls under the authority of FAR 13.106-1(b), and while this notice is not a request for competitive proposals, interested parties may express their capabilities within fifteen (15) days of the notice's publication. For inquiries, potential respondents can contact Elizabeth Booher at elizabeth.a.booher.civ@mail.mil or Zun Lin at zun.z.lin.civ@mail.mil.
    Alford Technologies Tools
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking authorized resellers to provide specific brand-name tools from Alford Technologies, including Bootbangers, Bottlers, DemiMods, Modular Large Vehicle Disruptors (MLVDs), and MajorMods. This procurement is a total small business set-aside under FAR Part 12, intended to result in a one-time, firm-fixed price purchase order, with all items required to be new and delivered to Redstone Arsenal, Alabama, by March 24, 2026. The tools are essential for the FBI's Critical Incident Response Group (CIRG) operations, emphasizing the importance of reliable and specialized equipment in critical situations. Interested vendors must submit their quotes by December 16, 2025, at 10:00 AM CT, and direct any questions to Keri Matthews at kcmatthews@fbi.gov by December 15, 2025, at 10:00 AM CT.
    Notice Of Intent To Award Sole Source - Aviation Devices and Electronic Components L.L.C.
    General Services Administration
    The General Services Administration (GSA) intends to award a sole source firm-fixed price contract to Aviation Devices and Electronic Components L.L.C. for the procurement of the P-8A Aircraft Antenna Gasket on behalf of the United States Naval Air Systems Command (NAVAIR). This specialized gasket, designed for the P-8A Poseidon military aircraft, is a pre-cured, conductive polyurethane foam matrix with an integrated aluminum mesh frame, essential for ensuring critical electrical bonding and compliance with military standards. Interested parties that believe they can meet the requirements must submit their responses, supported by clear evidence of capability, by December 22, 2025, to the primary contact, Antwoine Griggs, at antwoine.griggs@gsa.gov, or the secondary contact, Phil Cleveland, at phillip.cleveland@gsa.gov. This notice is not a request for quotes or proposals, and the government will not be responsible for any costs incurred by responding to this notice.
    DJF-23-1200-LTL-1
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to procure ammunition through a sole source urgency contract identified as DJF-23-1200-LTL-1. This procurement is critical for the FBI's operational needs, particularly in relation to their law enforcement and national security missions. The ammunition, classified under the PSC code 1305, is essential for various applications within the agency, underscoring its importance in maintaining operational readiness. Interested vendors can reach out to Ryan Dolan at RDOLAN@FBI.GOV for further details regarding this opportunity.
    Notice of Intent to Sole-Source to Cherry Engineering
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole-source contract with Cherry Engineering, Inc. for the procurement of Disruptors for Explosive Ordnance Disposal (EOD) training. This contract is necessary to ensure continuity in training with devices that utilize proprietary technology, which are exclusively developed and manufactured by Cherry Engineering and are also used by other agencies, including the FBI. The contract will be a firm fixed price agreement, and interested parties can reach out to Holly Cloud at hcloud@fbi.gov for further inquiries. The place of performance for this contract will be Redstone Arsenal, Alabama.
    NOTICE OF INTENT TO SOLE SOURCE - NPMS
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source contract for annual preventative maintenance services for the Negative Pressure Mail Suite (NPMS) at its warehouse facility in Springfield, Virginia. The contract, which will be awarded to American Safe Air, the original equipment manufacturer, includes quarterly preventative maintenance, inspections, and repairs of various components of the NPMS, which is critical for processing incoming mail for bio-hazardous and physical threats. Interested parties who believe they can provide the required services are encouraged to contact Teresa Roshau-Delgado by December 18, 2025, at 10:00 AM EST, as the procurement will follow FAR Part 13 procedures and is not open for competitive quotations.
    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.
    NOTICE OF INTENT TO SOLE SOURCE - ISPORTSMAN INTERFACE
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, intends to issue a sole source Firm Fixed Price purchase order for the iSportsman interface, which serves as a website interface for the installation in Maryland. This procurement is aimed at acquiring a solution that meets the unique requirements of the United States Army Installation Management Command, with the iSportsman interface being the only option that complies with FEDRAMP requirements and the Sikes Act, ensuring standardized access for outdoor activities across military installations. Interested parties should note that responses to this notice must be submitted by December 12, 2025, at 9:00 AM EST, and the anticipated award date is set for January 1, 2026; for further inquiries, contact Margaret Keelty or Donna Poteat via their provided emails.
    NOTICE OF INTENT TO ISSUE SOLE SOURCE AWARD
    Justice, Department Of
    The U.S. Department of Justice, through the Executive Office for United States Attorneys (EOUSA), intends to award a sole source purchase order to James Carroll & Associates – Forensic Consultants, LLC for crime laboratory forensic testing verification services. This procurement aims to ensure the integrity of forensic testing conducted by the D.C. Department of Forensic Science, which is critical for felony prosecutions in the D.C. Superior Court. The services will involve evaluating and confirming forensic testing methodologies and reports related to Forensic Biology, Forensic Chemistry, and Latent Fingerprints, reflecting the sophisticated nature of the cases handled by the USAO-DC. The period of performance for this contract is from January 5, 2026, to January 4, 2027, and interested parties can contact Jonathan Mayfield at jonathan.mayfield@usdoj.gov for further information.