Ballistics Research Assistant
ID: 15F06725Q0000126Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI - REDSTONE ARSENALREDSTONE ARSENAL, AL, 35898, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking a contractor for the position of Ballistics Research Assistant to support its Ballistics Research Facility operations at Redstone Arsenal, Alabama. The primary objective of this procurement is to assist in Research, Development, Testing, and Evaluation (RDT&E) related to ammunition, firearms, and protective armor, with responsibilities including testing, reporting, and providing consultations on law enforcement shootings. This contract, set aside for small businesses, is a firm fixed-price agreement spanning from March 2025 to February 2030, requiring applicants to have a doctorate and at least ten years of relevant experience in ballistic research. Interested vendors must submit their proposals by March 4, 2025, with inquiries due by February 24, 2025; for further details, contact Tabitha Williams at tlwilliams8@fbi.gov.

    Point(s) of Contact
    Tabitha Williams
    tlwilliams8@fbi.gov
    Bardia Barmaki (Contractor)
    bbarmaki@fbi.gov
    Files
    Title
    Posted
    The Federal Bureau of Investigation (FBI) is requesting a contractor for the Ballistics Research Assistant role as part of its Ballistics Research Facility (BRF) operations. The main objective is to support Research, Development, Testing, and Evaluation (RDT&E) in areas related to ammunition, firearms, and protective armor. The contractor will be responsible for conducting various tasks, such as testing ammunition and firearms, providing monthly summary reports, and assisting with necropsy and medical consultations related to law enforcement shootings. The contract is firm fixed price, spanning from March 2025 to February 2030, with a staffing requirement of one Ballistic Research Assistant. Applicants must hold a doctorate with at least ten years of relevant experience in ballistic research and possess firearms expertise. Deliverables include monthly status reports, ballistic evaluation reports, and testing results, with specific quality standards set for each task. Travel expenses are limited and must comply with federal guidelines. The contractor personnel must be U.S. citizens and maintain a clearance level. This solicitation reinforces the FBI's commitment to enhancing public safety through rigorous ballistic research and effective collaboration with law enforcement.
    The document is a Past Performance Questionnaire issued by the Federal Bureau of Investigation's Finance and Facilities Division, aimed at collecting information regarding contractors’ previous project experience. It includes sections for identifying the contractor's name, contract or order number, project title, total period of performance (including options), and a description of services provided. This questionnaire serves as a part of the procurement process, allowing the FBI to assess potential contractors’ performance history and capabilities. By evaluating past performance, the FBI aims to ensure that selected contractors can meet the requirements and standards for future projects. The structured format facilitates systematic collection of relevant data needed for informed decision-making in the procurement process.
    This document outlines a Request for Proposal (RFP) related to labor categories and travel costs for a Ballistics Research Assistant Subject Matter Expert (SME) across multiple option years. It specifies the labor rates, which remain blank, for a total of five periods: a base year and four option years. The RFP follows a structured format, highlighting Contract Line Item Numbers (CLINs) for both labor and travel costs, with a specific note on the extension evaluation process at option year four. Each CLIN includes quantities and quantities of hours but lacks financial figures crucial for a complete evaluation. Travel costs are mentioned but similarly do not provide specific amounts. The document's primary purpose is to provide a framework for federal or state contracts, emphasizing the labor rates and potential extensions for ongoing services in ballistics research. However, it lacks detailed financial figures essential for a comprehensive understanding of the proposal's total costs and implications. Thus, the file serves as a guideline for bidders to understand labor and travel requirements under a government purchasing framework.
    The document is a Request for Quote (RFQ) issued by the FBI for ballistics research services, following the Federal Acquisition Regulation (FAR) for commercial items. It outlines a solicitation for quotes under solicitation number 15F06725Q0000126, aimed at awarding a single Firm Fixed Price (FFP) contract primarily for labor over five periods from March 2025 to March 2030. The RFQ specifies it is a small business set aside, identifying the relevant NAICS code as 541990, covering professional and technical services. Interested vendors must submit a cover page, a technical volume outlining their approach and key personnel (limited to three pages), past performance details, and pricing for 1500 hours for each performance period. Evaluation will consider technical proposals, past performance, and pricing, with a stronger emphasis on the first two factors over price. Questions are due by February 24, 2025, and quotes by March 4, 2025. The contract emphasizes key personnel roles and mandates security checks for all contractor staff. It also provides details on invoicing via the Invoice Processing Platform (IPP) and outlines responsibilities related to conflicts of interest and rights to data generated during the contract. The overall aim is to select a qualified organization to conduct essential ballistics research while adhering to federal procurement standards.
    The document presents a solicitation for commercial products and services, specifically the provision of a Ballistics Research Assistant, under the solicitation number 15F06725Q0000126 by the Federal government. The request indicates a firm fixed-price contract based on a performance period from March 14, 2025, to March 13, 2026, with options for subsequent years until September 30, 2030. The contract is set aside for small businesses and incorporates various Federal Acquisition Regulation (FAR) clauses and Department of Justice (DOJ) requirements concerning labor standards, environmental protection, and personnel security, including guidelines for subcontracting, contract termination, and the handling of federal tax information. Additionally, the document stresses guidelines for contractor compliance, including security measures for employees accessing sensitive information, whistleblower protections, and limitations on communications regarding the contract. This solicitation is part of a broader government effort to engage prospective contractors for specialized services, ensuring adherence to regulations and foster opportunities for small or disadvantaged businesses. Overall, it underscores the meticulous nature of federal procurement processes designed to safeguard government interests and maintain operational integrity.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FBI Indoor Firearms Maintenance and Cleaning Services
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for Indoor Firearms Maintenance and Cleaning Services at Redstone Arsenal in Huntsville, Alabama. The procurement aims to secure professional services for the maintenance and cleaning of indoor firearms ranges, ensuring compliance with safety and environmental standards while maintaining operational integrity. This contract, set aside for small businesses, will be awarded as a one-year firm-fixed price agreement with the potential for four extensions, emphasizing the importance of maintaining a safe and clean environment for FBI personnel. Interested offerors must submit their quotes by March 31, 2025, and are required to attend a site visit on March 12, 2025; for further inquiries, they can contact Javia Warner at jswarner@fbi.gov or Charles Julian at cejulian@fbi.gov.
    FY25 D42 Ballistic Helmets
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is soliciting proposals for the procurement of ballistic helmets under the solicitation titled "FY25 D42 Ballistic Helmets." This opportunity is set aside for small businesses and aims to acquire safety and rescue equipment that meets specific federal standards and requirements. The ballistic helmets are crucial for the safety and operational effectiveness of law enforcement personnel, reflecting the government's commitment to providing necessary protective gear. Interested vendors should note that the solicitation includes detailed specifications, compliance clauses, and a delivery deadline, with inquiries directed to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov.
    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), under the Department of Homeland Security, is seeking proposals for the procurement of 9mm Duty and Reduced Hazard Qualification ammunition through Request for Proposals (RFP) 70B06C25R00000018. The contract aims to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) agreement to support the operational needs of CBP officers, with a focus on ensuring compliance with rigorous performance and safety standards. This procurement is critical for maintaining the safety and effectiveness of law enforcement operations, with a contract period anticipated from September 1, 2025, to August 31, 2030, and a maximum contract value of nearly $100 million. Interested parties must register at SAM.gov for updates and submit feedback on the draft RFP by February 18, 2025, to the primary contact, Jared A. Tritle, at jared.a.tritle@cbp.dhs.gov.
    Request for Information (RFI) Weapons Test Facility Ballistic Data
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified contractors regarding the provision of ballistic data systems for small caliber testing at a Weapons Test Facility located in Warner Robins, Georgia. The requested systems must accurately measure bullet flight, muzzle velocity, accuracy, and muzzle energy, and should be capable of operating with fully automatic weaponry while being user-friendly and manageable by fewer than three personnel. This initiative is crucial for enhancing testing capabilities and ensuring precise data collection in military operations. Interested parties are encouraged to submit their capabilities and past experiences by March 24, with all submissions being voluntary and without government reimbursement for incurred expenses. For further inquiries, respondents may contact Melissa Wells or Charles Harris via their provided email addresses.
    Ballistic Glass
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Dahlgren, is seeking proposals for the procurement of ballistic glass assemblies designed for military applications. The solicitation outlines the need for multiple glass assemblies that meet stringent ballistic protection standards, including the ability to withstand a 7.62 mm bullet, with specific dimensions and delivery requirements to Dahlgren, Virginia. These assemblies are critical for ensuring the safety and protection of personnel and assets in military operations. Interested small businesses, particularly those that are women-owned or service-disabled veteran-owned, must submit their proposals by the extended deadline of March 6, 2025, and can contact Carla McKown at carla.j.mckown.civ@us.navy.mil or 540-500-9891 for further information.
    2025 database for the X-ray diffraction (XRD) instruments at Forensic Science Laboratory – Atlanta (FSLA)
    Buyer not available
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified vendors to procure two licenses for a 2025 X-ray diffraction (XRD) database for the Forensic Science Laboratory in Atlanta, Georgia. The database must be ISO certified, contain comprehensive data on inorganic and common organic materials, and support rapid phase identification with a minimum of 350,000 entries, while being compatible with specific software such as Bruker's Diffract.Eva and Panalytical's HighScorePlus. This procurement is crucial for enhancing forensic analysis capabilities and ensuring compliance with stringent technical standards, thereby improving operational efficiency within the laboratory. Interested parties should contact Steven Jaimes at Steven.Jaimes@atf.gov for further details, with submissions due by the specified deadline outlined in the solicitation documents.
    Mobile Biometric Application RFI 01302025
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), has issued a Request for Information (RFI) titled "Mobile Biometric Application RFI 01302025" to explore software solutions for enhancing biometric data collection via mobile devices. The initiative aims to gather insights on applications capable of capturing and processing biometric data, including fingerprints, facial images, and iris scans, in compliance with the FBI's Electronic Biometric Transmission Specification (EBTS). This RFI is part of the FBI's effort to modernize its biometric capabilities while ensuring adherence to security standards and operational efficiency. Interested parties are encouraged to submit their responses to Tyler Cutright at tbcutright@fbi.gov by the specified deadline, as this RFI serves purely for market research purposes without any commitment to contract awards.
    Solicitation_Barrel and Front Sight Assembly
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for a five-year Requirements contract focused on the production of military supplies, including the Barrel and Front Sight Assembly. This procurement is set aside for small businesses and emphasizes compliance with various standards, including the Small Arms/Light Weapons Serialization Program and Operations Security (OPSEC) requirements, ensuring that the goods meet military specifications and quality standards. The contract is crucial for maintaining operational readiness and supply chain integrity within the armed forces, with proposals due by March 31, 2025, following the recent amendments to the solicitation. Interested contractors should direct inquiries to Ryan Nawrocki at ryan.d.nawrocki.civ@army.mil or Elizabeth Levine Welhouse at elizabeth.l.levinewelhouse.civ@army.mil for further details.
    Sources Sought: Ammunition BPA
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is seeking qualified sources for a Blanket Purchase Agreement (BPA) focused on Small Arms Ammunition. This Sources Sought Notice aims to identify vendors under NAICS code 332992, which pertains to Small Arms Ammunition Manufacturing, to fulfill the requirements of the Pentagon Force Protection Agency. The procurement is crucial for ensuring the availability of necessary ammunition supplies, emphasizing the importance of compliance and relevant experience in the submissions. Interested vendors must submit their capability statements by March 7, 2025, and can contact Saba Samuels at saba.samuels.civ@mail.mil or 571-624-5786 for further information.
    Federal Bureau of Investigation (FBI) - Office of Chief Information Officer (OCIO) Innovation Ventures Office (IVO) Broad Agency Announcement (BAA)
    Buyer not available
    Special Notice: Federal Bureau of Investigation (FBI) - Office of Chief Information Officer (OCIO) Innovation Ventures Office (IVO) Broad Agency Announcement (BAA) The Federal Bureau of Investigation (FBI) is announcing the posting of a Broad Agency Announcement (BAA) for Enterprise Problem Sets. This BAA will remain active for a period of up to 12 months. The FBI is seeking responses from all responsible sources capable of satisfying their needs. The BAA includes two attachments - FBI Enterprise V3.0 Final, which outlines processes and procedures for response, and Attachment A - FBI Enterprise BAA Problem Sets. These problem sets provide instructions for submitting responses for consideration. The Government encourages responses from Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI), although no portion of this announcement is set-aside for their participation. All correspondence regarding this BAA shall occur through the Government-identified email address in the BAA document. Thank you for your interest in this opportunity.