U.S. Customs and Border Protection (CBP) Oleoresin Capsicum (OC) Handheld Spray Devices
ID: 70B06C25Q00000071Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONMISSION SUPPORT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Small Arms, Ordnance, and Ordnance Accessories Manufacturing (332994)

PSC

CHEMICAL WEAPONS AND EQUIPMENT (1040)

Set Aside

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

    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is seeking quotes for the procurement of Oleoresin Capsicum (OC) handheld spray devices to support its Law Enforcement Safety & Compliance Directorate. This procurement aims to provide law enforcement personnel with effective safety equipment, ensuring compliance with federal regulations and operational standards. The contract will be structured as a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a maximum value of $7.5 million and a minimum guarantee of $5,000, covering an estimated ordering period from September 2025 to September 2030. Interested vendors should direct inquiries to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, and must submit their quotes by the specified deadline, as outlined in the RFQ documentation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) for the procurement of Oleoresin Capsicum (OC) handheld spray devices intended to support the U.S. Customs and Border Protection (CBP), under the Law Enforcement Safety & Compliance Directorate. The procurement will be structured as a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a maximum value of $7.5 million and a minimum guarantee of $5,000 over the estimated ordering period from September 2025 to September 2030. It emphasizes compliance with Federal Acquisition Regulation (FAR) Parts 12 and 13, stipulating firm, fixed pricing and highlighting delivery order limitations. The contracting officer is Jared A. Tritle, and the document includes various requisites such as contract clauses and obligations. The RFQ is essential for ensuring law enforcement personnel receive necessary safety equipment effectively and efficiently while adhering to federal guidelines and administrative procedures. The document is methodically structured, providing a comprehensive overview along with detailed terms, delivery schedules, and compliance requirements necessary for contractors submitting offers.
    The document outlines a Request for Quote (RFQ) for the procurement of various models of Oleoresin Capsicum (OC) handheld spray devices by the Customs and Border Protection (CBP) program. It specifies different product specifications, including active and inert spray options, with estimated quantities for each item over five ordering periods, spanning from September 2025 to September 2030. Notably, each product's total estimated cost is marked as $0.00, indicating that pricing will be determined based on the offer made by suppliers. Key product lines include the MK3 and MK9 models, offered in various configurations such as fog, stream, and foam. This request aims to facilitate competitive pricing and ensure an adequate supply of these safety devices, vital for law enforcement operations. Overall, the document serves as a structured guide for potential vendors to submit bids while providing clarity on product requirements and timelines for delivery.
    The document outlines the Request for Quote (RFQ) for the procurement of Oleoresin Capsicum (OC) Handheld Spray Devices by the U.S. Customs and Border Protection (CBP) under the Department of Homeland Security (DHS). The objective is to provide law enforcement officers with effective Use of Force tools. The scope entails design and performance criteria, specifying multiple canister sizes and spray patterns. Key requirements include compliance with safety and health standards, documentation on active ingredients, and adherence to regulations such as Occupational Safety and Health Standards. All products must undergo extensive quality control to ensure they meet defined operational benchmarks and maintain a five-year shelf life. Additionally, the contractor needs to demonstrate production capacity of at least 13,000 devices monthly and must facilitate government access for facility inspections. The document stipulates shipping procedures, packaging standards, and defines the contractor’s performance obligations, including reporting on delivery orders and warranty claims. Overall, this RFQ underscores the federal commitment to equipping law enforcement with reliable, compliant, and effective OC spray devices, ensuring safety and accountability throughout the procurement process.
    The document is a Request for Quote (RFQ) related to the procurement of Oleoresin Capsicum (OC) handheld spray devices by the Customs and Border Protection (CBP). It consists of a question and answer template, allowing potential vendors to seek clarifications on the RFQ. Specifically, it references a particular attachment and section for vendors to indicate any questions they may have regarding the procurement process or product specifications. The structure includes designated spaces for questions, applicable page numbers, and responses from the government which will be filled out later. This template serves as a tool to facilitate communication between the CBP and prospective suppliers, ensuring that queries are documented and addressed efficiently as part of the procurement process. The RFQ reflects a typical governmental procedure aimed at ensuring transparency, clarity, and competitiveness in contracting for public safety equipment.
    This document addresses a federal Request for Quote (RFQ) concerning the procurement of Electronic Incapacitation Devices (EIDs), specifically oleoresin capsicum (OC) handheld spray devices for the Customs and Border Protection (CBP). The RFQ serves as a follow-on to an existing contract awarded to Atlantic Diving Supply, Inc. with a ceiling of $5 million over five years. Key elements outlined include ASTM E3187 certification requirements, which are mandated for active devices but not for inert counterparts, raising questions about consistency in certification standards. The government clarifies that inert items do not require the same performance testing as active units, emphasizing their training-only designation. It is also specified that the RFQ will not separate items based on certification status; the evaluation will be based solely on the lowest price that meets the technical specifications. Additionally, ANSI-based quality assurance procedures are confirmed to apply to all items purchased, ensuring compliance and safety across the board. The document summarizes industry concerns about certification disparities but upholds government standards within the procurement context.
    The document is an amendment to a Request for Quotes (RFQ) issued by the Department of Homeland Security (DHS) - Customs & Border Protection. Its primary purpose is to address and provide responses to questions from potential contractors as per the guidelines in the RFQ's Section III. The amendment specifies that the original due date and time for quote submissions remain unchanged. An attached document, "Attachment 3 Question and Answer - Government Responses," includes all relevant government replies to the submitted inquiries. Importantly, no alterations to the solicitation or its attachments occur due to this amendment, and it emphasizes the requirement for acknowledgment of the amendment to avoid potential rejection of offers. This initiative underscores the government's commitment to transparency and clarifying procurement processes for contractors.
    Similar Opportunities
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Buyer not available
    The U.S. Customs and Border Protection (CBP) is seeking qualified vendors to provide ballistic shields for its Law Enforcement Safety & Compliance (LESC) Directorate. The procurement involves a Request for Quotes (RFQ) for high-quality, lightweight ballistic shields, which must meet specific technical requirements, including compliance with ASTM International Standards and a 10-year ballistic warranty. These shields are critical for ensuring the safety of law enforcement personnel in various operational environments. Interested parties should note that the due date for submissions has been extended to March 6, 2026, at 2 PM ET, and that contract awards are contingent upon the availability of funds. For further inquiries, vendors can contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov or John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov.
    M4 Rifle and Parts (5.56x45mm NATO)
    Buyer not available
    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.
    DHS Medical Supplies BPA Modification
    Buyer not available
    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.
    DHS-wide Uniforms III Contract
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the DHS-wide Uniforms III Contract, managed by the U.S. Customs and Border Protection (CBP). This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the supply of uniforms and quartermaster services for approximately 135,000 DHS employees across various components, ensuring compliance with domestic sourcing requirements under the Kissell Amendment. The contract will include a base period of three years, with options for additional years, and will require offerors to submit proposals that adhere to detailed specifications outlined in the solicitation documents. Interested parties should direct their inquiries to Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov, with proposals due by the specified deadline.
    Motor Vehicle Operationalize RFI
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking information through a Request for Information (RFI) regarding motor vehicle operationalization (upfitting) services for law enforcement vehicles. The objective is to gather insights from industry experts on commercially available upfit options that align with CBP's specialized law enforcement operations, which include the integration of essential equipment such as lights, sirens, communication systems, and weapon storage. This initiative is crucial for enhancing the acquisition strategy and improving the efficiency and safety of law enforcement vehicle transformations. Interested vendors are invited to submit their responses by December 12, 2025, at 5:00 PM EDT, and can direct inquiries to Antwanette R. Boone-Murphy or Lloyd A. Burton via the provided contact information.
    Soft-Sided Facilities and Wrap-around Services
    Buyer not available
    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.
    Level III Small Unmanned Aircraft Systems
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting market research through a Request for Information (RFI) for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) operational capabilities. The RFI seeks to identify vendors capable of providing sUAS that meet specific technical requirements, including FAA compliance, autonomy, AI integration, and interoperability with existing systems, while focusing on Group 1 and/or 2 weight classes (≤ 20 – 55 lbs.). This initiative is crucial for improving tactical field operations and ensuring effective border security measures. Interested vendors must submit their responses, including a white paper detailing their capabilities, by December 12, 2025, and can direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    DHS Medical Supplies BPA Sole Source Justification
    Buyer not available
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is extending existing Blanket Purchase Agreements (BPAs) for medical supplies due to an urgent need for essential items. This extension, which lasts from December 25, 2022, to January 24, 2023, is necessary to ensure the continued availability of critical medical supplies, including personal protective equipment (PPE) and first aid supplies, while a competitive acquisition process is underway. The extension is vital to prevent any disruption in supply that could jeopardize the DHS mission, especially in light of ongoing supply chain challenges and new legal requirements from the Make PPE in America Act. For further inquiries, interested parties can contact Eric Neckel at eric.r.neckel@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    DHS Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and Related Services
    Buyer not available
    The Department of Homeland Security (DHS) is seeking information from industry stakeholders regarding the Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and related services through Request for Information (RFI) 70RWMD26RFIP00002. The objective of this RFI is to gather insights on efficient, safe, and secure healthcare solutions, including medical staffing, logistics, equipment management, and quality oversight, to support DHS operations across various components such as ICE, CBP, and USCG. This initiative is crucial for ensuring standardized and effective medical care for individuals in custody and workforce members, addressing a dynamic healthcare landscape that requires adaptability and operational continuity. Interested parties must submit their responses using the provided template by December 23, 2025, at 5:00 PM ET, via email to the DHS Office of Procurement Operations at opoindustryliaison@hq.dhs.gov.
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, with a minimum guarantee of $100,000. This procurement is a competitive 8(a) small business set-aside, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by December 8, 2025, at 3:00 PM Eastern Time, and are encouraged to contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov for further information and to attend a pre-proposal conference on November 21, 2025.