U.S. Customs and Border Protection (CBP) Law Enforcement Safety & Compliance (LESC) Directorate 9mm Duty and Reduced Hazard Qualification Ammunition
ID: 70B06C25R00000018Type: Solicitation
Overview

Buyer

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

NAICS

Small Arms Ammunition Manufacturing (332992)

PSC

AMMUNITION, THROUGH 30MM (1305)
Timeline
  1. 1
    Posted Mar 3, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 3, 2025, 12:00 AM UTC
  3. 3
    Due Jul 11, 2025, 6:00 PM UTC
Description

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 (RHQ) ammunition through a Request for Proposal (RFP) numbered 70B06C25R00000018. The contract aims to supply ammunition that meets specific technical specifications and performance requirements, ensuring compatibility with designated Glock models and adherence to safety standards, including lead-free projectiles for RHQ ammunition. This procurement is crucial for supporting CBP officers and other agencies within the DHS, emphasizing the need for reliable and safe ammunition for law enforcement operations. Interested vendors should direct inquiries to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, with the contract valued at an estimated maximum of $99,999,900 over a five-year term, commencing September 11, 2025.

Point(s) of Contact
Files
Title
Posted
Mar 3, 2025, 6:05 PM UTC
The document outlines a Request for Proposal (RFP) from the Department of Homeland Security’s U.S. Customs and Border Protection (CBP) for a single award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for 9mm Duty and Reduced Hazard Qualification Ammunition. The contract will span from September 11, 2025, to September 10, 2030, with an estimated maximum contract value of $99,999,900, and a minimum government guarantee of $5,000. The RFP emphasizes the importance of strict adherence to federal regulations, including training and compliance clauses related to child labor, national defense reporting, and subcontractor guidelines for small business participation. The document includes various sections that detail the acquisition process, solicitation terms, statement of work, clauses incorporated by reference, and provisions for compliance with the Federal Acquisition Regulation. It serves to ensure that all required supplies meet technical specifications and delivery timelines while abiding by legislative directives aimed at safety and efficiency in procurement. This document exemplifies government procurement procedures, ensuring a transparent, competitive process while accommodating necessary compliance measures.
Mar 3, 2025, 6:05 PM UTC
The document outlines a Request for Proposal (RFP) for a 5-year indefinite delivery/indefinite quantity contract for the supply of 9mm ammunition and reduced hazard qualification rounds. It details the pricing structure across five annual pricing periods from September 2025 to September 2030, specifying estimated quantities and unit prices, all recorded as $0. The proposal highlights the need for firm-fixed-price line items for effective budgeting and planning. The intent is to secure a reliable supplier for the specified ammunition, indicating a focus on both service provision and qualification of reduced hazard munitions for compliance and operational effectiveness. This contract serves the broader context of federal procurement strategies aimed at ensuring the safety and efficiency of government operations.
The U.S. Customs and Border Protection (CBP) has issued a Request for Proposal (RFP) for the procurement of 9mm Duty and Reduced Hazard Qualification (RHQ) ammunition. This ammunition is intended to support CBP officers and other agencies within the Department of Homeland Security (DHS). The RFP outlines technical specifications, performance requirements, and quality control measures for both types of ammunition consistently with guidelines from the Sporting Arms and Ammunition Manufacturers' Institute (SAAMI). The contractor must deliver compatible ammunition for specific Glock models, with requirements including lead-free projectiles for RHQ ammunition, rigorous testing protocols at National Institute of Justice (NIJ) approved labs, and stringent quality control plans. Ammunition must have a minimum five-year shelf life and comply with safety standards, including performance under various environmental conditions. The delivery order specifies logistical processes, production capacity expectations of up to 18 million rounds per quarter, and the need for regular quality assurance and inspection by government representatives. The contract has a five-year term with options for extensions, emphasizing accountability in production through detailed reporting and communication protocols. This initiative demonstrates the government’s commitment to ensuring safe, reliable ammunition for law enforcement use.
The document outlines a summary test data sheet intended for the evaluation of ammunition performance by the National Institute for Justice (NIJ). It details essential specifications such as vendor identification, ammunition model, caliber, test lab, and ammunition lot information. Key areas of testing include dimensional specifications, velocity analysis during shooting strings, and accuracy measurements using various test fixtures (Glock 19 and Glock 47). The summary highlights penetration tests through multiple materials, including bare gelatin, heavy clothing, steel, wallboard, plywood, and automobile glass, reporting averages for penetration, expansion, and weight retention. Additionally, it assesses the function reliability of different Glock models, recording any malfunctions during tests. The overall structure contains sections for certification, average velocities, accuracy dispersion, and various performance metrics related to different penetration tests. This document serves as a formal submission for compliance with federal standards, aimed at ensuring the reliability and effectiveness of ammunition for law enforcement use. The rigorous testing metrics and structured format reflect adherence to government RFPs and grant requirements related to safety and operational performance of firearms and ammunition.
The document pertains to a Request for Proposal (RFP) concerning "Duty and Reduced Hazard Qualification Ammunition" under the RFP# 70B06C25R00000018. It outlines a structured format for submitting questions related to the RFP, which includes an attachment labeled "Question & Answer Template." This template requires identification of relevant attachments and specific sections pertinent to inquiries. Participants are encouraged to detail their questions alongside applicable page numbers and paragraphs, leaving space for government-provided answers. The document emphasizes the necessity for precise communication in the procurement process and is indicative of a formalized approach to addressing vendor inquiries during an RFP. This method serves to clarify expectations and enhance the overall engagement between the government and potential contractors or vendors, ensuring that the requisites for ammunition—designed for safety and operational efficiency—are adequately met.
The file outlines the Request for Proposal (RFP) numbered 70B06C25R000000, specifically regarding the acquisition of 9mm Duty and Reduced Hazard Qualification Ammunition. It includes an attachment that details assumptions, exceptions, and dependencies related to the proposal. The document emphasizes identifying any requirements or conditions that may not be met and provides a rationale for this, discussing potential advantages for the government in not adhering strictly to all stipulated terms. The purpose of the RFP is to solicit proposals that would fulfill government needs while acknowledging the complexities associated with meeting specific conditions. This flexibility could potentially benefit the government by allowing for alternative solutions that may enhance ammunition quality or suitability without compromising safety and operational standards. The structure of the document is methodical, guiding respondents to clearly articulate their position concerning the requirements set forth.
Feb 4, 2025, 10:05 PM UTC
The document details a Request for Proposal (RFP) to establish an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for 9mm Duty and Reduced Hazard Qualification Ammunition for the U.S. Customs and Border Protection (CBP). The anticipated contract period is from September 1, 2025, through August 31, 2030, with delivery orders issued as requirements emerge. The document outlines various important terms, including factors related to governmental procurement, delivery schedules, and compliance with federal regulations. Key aspects include stipulations for small business participation, financial guidelines, a minimum government guarantee of $5,000, and a maximum contract value of nearly $100 million. The RFP also specifies the inclusion of various federal clauses to ensure ethical conduct, contractor responsibilities, and prioritization of U.S. domestic products, reflecting the commitment to national defense requirements. Furthermore, it mandates reporting obligations for any use of equipment or services provided by Kaspersky Lab, emphasizing security compliance. This RFP illustrates the structured approach of the federal government in acquiring necessary supplies and services while upholding regulatory standards and ensuring transparency in dealings.
The document outlines a Request for Proposal (RFP) for a five-year Indefinite Delivery/Indefinite Quantity contract intended for the procurement of 9mm service ammunition and reduced hazard qualification rounds by the Customs and Border Protection (CBP). The proposal includes a pricing schedule that covers five distinct pricing periods, running from September 11, 2025, to September 10, 2030. Each pricing period specifies estimated quantities of ammunition, although the unit prices for all items listed in the schedule are marked as $0, indicating that pricing will need to be determined. The RFP emphasizes the intention to establish firm-fixed-price line items across the contract duration, with detailed sub-totals expected for each year. This procurement process aims to ensure consistent availability of ammunition for operational needs while adhering to federal contracting regulations and budget constraints.
The U.S. Customs and Border Protection (CBP) has issued a Request for Proposal (RFP) for the procurement of 9mm Duty and Reduced Hazard Qualification (RHQ) ammunition. This initiative aims to support the operational needs of CBP officers and various agencies within the Department of Homeland Security (DHS). The RFP outlines specifications for two types of ammunition: 9mm Duty Ammunition and 9mm Reduced Hazard Qualification Ammunition, each requiring distinct performance and technical standards. The document specifies rigorous quality control, performance testing, and logistics support requirements, including compatibility with specific Glock handguns and compliance with the Sporting Arms and Ammunition Manufacturers' Institute (SAAMI) standards. Contractors must ensure that all ammunition is manufactured from new materials with a minimum five-year shelf life, and conduct testing at approved National Institute of Justice (NIJ) laboratories. Key performance parameters include accuracy, velocity, pressure, and penetration standards during rigorous testing protocols. The CBP retains the right to request more stringent specifications if necessary. Additionally, the contract will include provisions for quality assurance, warranty, and regular performance reviews to ensure compliance with all outlined requirements. The contract duration is set for five years from the award date, verifying adequate supply chain capabilities to meet anticipated demand.
This document is a summary test data sheet pertaining to a federal Request for Proposal (RFP) related to ammunition performance testing. It outlines the testing parameters and results for various ammunition types, indicating adherence to the National Institute for Justice (NIJ) standards. The file includes vendor details, test lab information, and various specifications such as projectile weight, velocity measurements, accuracy metrics, penetration assessments through different materials, and function reliability for Glock models. Key components include average and standard deviation of velocities across multiple shot strings, accuracy based on group size for various Glock models, and detailed penetration analysis through substrates like gelatin, heavy clothing, and steel. The document emphasizes the importance of these tests in ensuring that ammunition meets safety and performance criteria as part of federal procurement guidelines. Overall, it serves as a technical overview for evaluation and validation of ammunition compatibility with specified firearms, and illustrates the rigorous testing process mandated by federal agencies for public safety and compliance.
The document pertains to a Request for Proposal (RFP) regarding 9mm Duty and Reduced Hazard Qualification Ammunition, identified by RFP#: 70B06C25R00000018. It includes a template for questions and answers related to the proposal, designed to facilitate queries from potential bidders. The document specifies that inquiries should identify the pertinent attachment or document, along with the referenced section and applicable page numbers, to ensure clarity on the question asked. The space designated for the actual question remains empty, awaiting responses from the government entities involved. This structure reflects standard practices in federal procurement processes, ensuring that all potential contractors have the opportunity to seek clarification on complex specifications, thereby promoting transparency and fairness in the bidding process.
The provided Request for Proposal (RFP) document focuses on the procurement of 9mm Duty and Reduced Hazard Qualification Ammunition, referenced by RFP#: 70B06C25R00000018. It includes an attachment detailing assumptions, exceptions, and dependencies related to the proposal. This section identifies which specific requirements may not be fully met, offering justifications for these situations, and assessing potential advantages for the Government if certain terms and conditions are not adhered to. The document is structured to facilitate stakeholders' understanding of their obligations, expectations, and the rationale behind any deviations from the standard protocol. By outlining key points regarding compliance and specifications, the RFP aims to ensure that proposals align with federal requirements while maintaining flexibility for necessary adjustments based on situational demands. The approach emphasizes accountability and transparency in government procurement processes.
Similar Opportunities
RFI for Ammunition - 5.56 NATO/223 Remington
Buyer not available
The Federal Bureau of Investigation (FBI) is seeking information from qualified vendors regarding the procurement of 5.56 NATO/223 Remington ammunition through a Request for Information (RFI). The RFI aims to gather insights on various ammunition categories, including Service, Training Reduced-Lead, Frangible, and Suppressor-Safe Frangible, with specific requirements for compatibility with FBI carbines and performance standards such as low failure rates and resilience under extreme conditions. This initiative is crucial for enhancing the operational effectiveness and safety of FBI operations, as it will inform future Requests for Proposals (RFPs) tailored to the agency's ammunition needs. Interested parties should submit their capabilities by April 17, 2025, and can direct inquiries to Katelyn R. Haus at KRHAUS@fbi.gov.
REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – 9mm Non-Tox A3NT Ammunition
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is issuing a Request for Information (RFI) to gather insights on the production of 9mm Non-Tox A3NT ammunition. The procurement aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, focusing on environmentally safe ammunition that meets specific performance standards, including a frangible projectile made of sintered copper-tin and compatibility with M17 and M18 service weapons. This initiative underscores the government's commitment to sourcing lead-free ammunition while ensuring operational effectiveness for military applications. Interested parties are encouraged to submit their responses by April 9, 2025, and should direct inquiries to Heather Summers or Andrew Ficklin via the provided email addresses. Please note that no funding is currently available for this effort, and responses should include detailed technical data and company information.
6.5MM Creedmoor (CM), Special Ball Long Range Ammunition, M1200, DODIC AC58
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking proposals for the procurement of 6.5MM Creedmoor (CM), Special Ball Long Range Ammunition, DODIC AC58, to support the operational needs of the US Marine Corps and US Special Operations Command (USSOCOM). This procurement aims to establish a Firm Fixed-Price, Five-year, Indefinite Delivery Indefinite Quantity (IDIQ) supply contract, with an estimated maximum contract value of $40 million for approximately 17,367,760 rounds, requiring delivery within 120 days of order placement. Interested vendors must submit product samples and proposals through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with the final proposal due date extended to April 7, 2025, at 2:00 PM ET. For further inquiries, contact Mr. Ryan Harvey at 812-826-4441 or via email at ryan.d.harvey21.civ@us.navy.mil.
Receiver Cartridge
Buyer not available
The Defense Logistics Agency (DLA) Land Warren is soliciting proposals for the procurement of receiver cartridges, specifically under solicitation number SPRDL1-24-R-0189. The contract is a total small business set-aside for a firm-fixed price procurement, requiring the delivery of 132 units of part number 12997555, with an option for an additional 132 units. These cartridges are critical components in military applications, emphasizing the need for compliance with stringent military standards, including first article testing and specific packaging requirements. Interested contractors must submit their proposals electronically by April 11, 2025, and can direct inquiries to Lindsey Rossi at lindsey.rossi@dla.mil or by phone at 586-208-1059.
Concealment and Tactical Holsters
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of Concealment and Tactical Holsters, aimed at equipping its agents with essential gear. The FBI seeks to award up to two Firm Fixed Price contracts under an Indefinite Delivery/Indefinite Quantity (IDIQ) framework, which will span a base year with four optional years, focusing on holsters designed for Glock pistols that meet stringent durability and quality standards. This procurement is critical for ensuring that FBI agents have reliable and compliant tactical equipment, with an anticipated total contract value of approximately $4.9 million, divided between concealment and tactical holsters. Interested small businesses must submit their proposals, including required documentation, by the specified deadlines, and can direct inquiries to Brian Ames at bames@fbi.gov.
40mm Ammunition Sources Sought
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – Rock Island, is conducting a market survey to identify sources for the production of 40mm ammunition, with requirements spanning from fiscal years 2027 to 2032. The procurement includes various types of 40mm cartridges, such as the M385A1 Practice Cartridge and several High Explosive Dual Purpose Cartridges, with estimated annual production needs ranging from 30,000 to 5 million rounds. This initiative is crucial for maintaining the operational readiness of U.S. military forces, and the anticipated contract will be awarded under Full and Open Competition for a duration of five years. Interested manufacturers are encouraged to submit their capabilities and background information electronically within 30 days, and inquiries should be directed to Contract Specialist Allison Howell at allison.n.howell2.civ@army.mil.
Patrol Rifle Replacement Red Dot System and Suppressors.
Buyer not available
The Department of the Treasury, specifically the Bureau of Engraving and Printing, is seeking sources for the procurement of a Patrol Rifle Replacement Red Dot System and Suppressors. This opportunity involves the acquisition of thirty (30) Aimpoint Duty Red Dot Sights and thirty (30) HUXWRX FLOW 556k Compact Suppressors, with specific technical requirements outlined for both items, including dimensions, materials, and performance specifications. These systems are critical for enhancing the operational capabilities of the Bureau's patrol rifles, ensuring reliability and effectiveness in their use. Interested vendors should contact LaQulla Williams at Laqulla.Williams@bep.gov by April 11, 2025, providing their business size and Unique Entity Identifier (UEI) for consideration.
PGU-48/B Frangible Armor Piercing Ammunition
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking to procure PGU-48 25mm Frangible Armor Piercing (FAP) cartridges through a Sole Source Firm-Fixed-Price Requirements Indefinite Delivery Contract (IDC) with American Rheinmetall Munition Inc. This procurement aims to support the United States Air Force and Foreign Military Sales (FMS) customers, with an initial ordering period of 12 months and options for four additional annual periods, totaling an estimated quantity of 200,000 units in the first year and 150,000 units for each subsequent year. The contract is critical for ensuring the availability of specialized ammunition necessary for military operations, with the effective ordering period anticipated to begin in FY 25. Interested parties can contact Shirley Breeze at shirley.breeze@us.af.mil or Charles Harris at charles.harris.3@us.af.mil for further details, and sealed bids are due by January 13, 2025.
Rifle Ammunition / Brass Cases
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of rifle ammunition and brass cases through a combined synopsis/solicitation process. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of supporting small enterprises in the defense sector. The ammunition and brass cases are critical components for military operations, ensuring the readiness and effectiveness of armed forces. Interested vendors can reach out to Duncan Steward at duncan.e.steward.civ@army.mil or by phone at 706-545-5812, or Ralph Jones at ralph.m.jones12.civ@army.mil or 315-772-1669 for further details regarding the submission process and requirements.
40mm Grenade Ammunition - Medium Caliber - Non-Recurring Engineering (NRE)
Buyer not available
The Department of Defense, through the U.S. Army Contracting Command-New Jersey, is preparing to issue a request for proposal (RFP) for the procurement of 40mm grenade ammunition, focusing on non-recurring engineering (NRE) efforts. This initiative aims to enhance the lethality and accuracy of both legacy and future 40mm grenade ammunition while improving production capabilities and munitions life cycle management. The selected contractor will be responsible for the fabrication, assembly, evaluation, and delivery of various medium caliber programs over a five-year period under a Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Interested parties should note that the RFP is anticipated to be released around April 14, 2025, and can reach out to primary contact Mariah L. Hanko at mariah.l.hanko.civ@army.mil or secondary contact David E. Schutzer at david.e.schutzer.civ@army.mil for further inquiries.