U.S. Customs and Border Protection (CBP) Law Enforcement Safety & Compliance (LESC) Directorate 9mm Duty and Reduced Hazard Qualification Ammunition
ID: 70B06C25R00000018Type: Presolicitation
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
    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
    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.
    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.
    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
    Request for Information (RFI) Ammunition (9mm and 5.56mm) to support the Department of Defense Office of Inspector General (DoDIG)
    Buyer not available
    Request for Information (RFI) Ammunition (9mm and 5.56mm) to support the Department of Defense Office of Inspector General (DoDIG) The Department of Defense (DoD) Office of Inspector General (OIG) is seeking qualified vendors to provide 482,500 rounds of ammunition (9mm and 5.56mm). This ammunition will be used to support the Defense Criminal Investigative Service (DCIS) in its investigative and law enforcement duties. The procurement requires new Original Equipment Manufacturer (OEM) items only, with no gray market or counterfeit supplies allowed. The vendor must be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system. The ammunition will be delivered to 36 continental United States (CONUS) locations. Interested parties are requested to submit their capability statement by 5pm ET on March 22, 2024, to the provided email addresses.
    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.
    Receiver Cartridge
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the supply of receiver cartridges under solicitation number SPRDL1-24-R-0189. This procurement is a total small business set-aside, requiring contractors to adhere to firm fixed price terms and comply with military standards, including detailed inspection and acceptance protocols, as well as first article testing. The receiver cartridges are critical components in military applications, emphasizing the need for high-quality manufacturing and stringent quality control measures. Interested contractors should submit their proposals electronically and can direct inquiries to Lindsey Rossi at lindsey.rossi@dla.mil or by phone at 586-208-1059.
    Notice of Intent to Sole Source: USBP Tucson Indoor Firing Range
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking contractors to provide access to an indoor firearms range for the U.S. Border Patrol (USBP) Tucson Sector. The facility must be located within five miles of the Tucson Border Patrol Station and meet specific training requirements, including a minimum of ten firing lanes and the ability to accommodate various shooting positions and weapon types, all while complying with Arizona state shooting range regulations. This procurement is crucial for ensuring the operational readiness and safety of law enforcement personnel during firearms training. Interested contractors should contact Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov for further details, as the contract is structured as a firm-fixed-price agreement for one base year with four optional renewal years.
    CBP Request for Information (RFI) for CBP Medical Services (Pre/Post Employment)
    Buyer not available
    The Department of Homeland Security's U.S. Customs and Border Protection (CBP) is seeking information from vendors regarding the provision of medical services for pre- and post-employment evaluations, including medical examinations, fitness testing, consultations, and drug testing. This Request for Information (RFI) aims to gather insights for future procurement decisions, emphasizing the need for board-certified physicians to ensure that personnel meet critical medical standards necessary for law enforcement roles within the agency's workforce of approximately 60,000 employees. Interested parties are encouraged to submit their capabilities and experiences by March 2025, with the contract anticipated to commence in November 2026. For further inquiries, vendors may contact Peter Giambone at peter.a.giambone@cbp.dhs.gov or Matthew Coniglio at matthew.coniglio@cbp.dhs.gov.
    Axon Taser Cartridges
    Buyer not available
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking suppliers for Axon Taser Cartridges through a Special Notice procurement. The requirement focuses on the manufacturing of small arms and ordnance accessories, which are critical for law enforcement training and operations. These cartridges are essential for training personnel in the use of tasers, ensuring safety and effectiveness in law enforcement practices. Interested vendors can reach out to Jeffrey E. Redecker at jeffrey.e.redecker@fletc.dhs.gov or call 912-267-2829 for further details regarding this opportunity.
    MK 255 MOD 1 AA17 5.56MM RRLP CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals for the procurement of 5.56mm Reduced Ricochet Limited Penetration (RRLP) ammunition for the MK255 Mod 1, intended for use by Naval Special Warfare and US Special Operations Command. This solicitation is a Total Small Business Set-Aside, encouraging participation from small businesses, including those owned by women and service-disabled veterans, and outlines specific requirements for bid submissions, including minimum and maximum quantities and pricing structures. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) format over a five-year period, emphasizing quality control, safety, and compliance with applicable regulations such as the International Traffic in Arms Regulations (ITAR). Interested parties should contact Shawna Gainey at shawna.y.gainey.civ@us.navy.mil or Leslie Graber-Heshelman at leslie.a.graber-heshelman.civ@us.navy.mil for further details.
    DEL RIO SECTOR FLEET TIRE 265/70-R18
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking a contractor to supply 300 all-terrain tires (size 265/70-R18) for its fleet at the Del Rio Sector Headquarters. The procurement includes a base year delivery scheduled between July 7-11, 2025, followed by two option periods in fiscal years 2026 and 2027, each requiring the same quantity of tires. These tires are crucial for maintaining operational efficiency in border security operations, designed to perform in both highway and off-road conditions typical of the West Texas terrain. Interested vendors should contact Carlos J Gonzalez Figueroa at carlos.gonzalezfigueroa@cbp.dhs.gov for further details, and the contract will adhere to a firm-fixed-price model with compliance to federal regulations and invoicing requirements.
    Small-Scale, Handheld, and Chemical Identification Equipment Training
    Buyer not available
    The U.S. Department of Homeland Security, Customs and Border Protection (CBP), is seeking information from vendors regarding training for Small-Scale, Handheld, and Chemical Identification Equipment as part of its Non-Intrusive Inspection (NII) Program. The objective is to establish a Blanket Purchase Agreement for comprehensive training that enhances the proficiency of officers in operating various handheld devices used for identifying anomalies in travelers and conveyances, with courses covering equipment such as Gemini, MX908, and DrugIQ. This training is crucial for maintaining effective border security operations and will be conducted at designated locations domestically and internationally from late April 2025 to April 2030. Interested vendors must submit their responses, including a Capabilities Statement and pricing, by March 5, 2025, to the designated contacts: Aga Frys, Bryan Currier, and Kaitlin Merli via email.
    6.5MM Creedmoor (CM), Special Ball Long Range Ammunition, M1200, DODIC AC58
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking vendors to provide 6.5MM Creedmoor (CM) Special Ball Long Range Ammunition, designated M1200, under the DODIC AC58. This procurement aims to fulfill the military's requirements for high-performance ammunition, which is critical for long-range precision shooting applications. Interested vendors must register in the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module within seven working days of the solicitation release to ensure timely proposal submission. For further inquiries, vendors can contact Ryan Harvey at ryan.d.harvey21.civ@us.navy.mil or by phone at 812-826-4441.