BPA vehicle to provide Law Enforcement Equipment to support ICE/OFTP
ID: 70CMSW25Q00000006Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS IMMIGRATION AND CUSTOMS ENFORCEMENTMISSION SUPPORT WASHINGTONWASHINGTON, DC, 20024, USA

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)

PSC

CLOTHING, SPECIAL PURPOSE (8415)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 7:00 PM UTC
Description

The Department of Homeland Security, through the Immigration and Customs Enforcement (ICE), is seeking proposals for a Blanket Purchase Agreement (BPA) to supply mission-critical law enforcement equipment aimed at enhancing agent safety and operational effectiveness. The procurement involves a total of 381 specific items, including holsters, cleaning gear, restraints, and tactical tools, with an estimated total value of up to $49.5 million over a five-year period. This initiative is crucial for equipping law enforcement agencies to fulfill their national security missions effectively. Interested small businesses must submit their proposals by the specified deadlines and can contact Tony Ross at Tony.Ross@ice.dhs.gov or 202-253-1757 for further information.

Point(s) of Contact
Files
Title
Posted
Apr 16, 2025, 1:05 PM UTC
The document is an amendment to federal solicitation RFQ 70CMSW25Q00000006, issued by the ICE Office of Acquisition Management in Orlando, Florida. The primary purpose of this amendment is to update certain specifications and documentation associated with the solicitation. Specifically, it incorporates a revised combined synopsis solicitation and a revised Master Parts List, both dated April 16, 2025. Contractors must acknowledge receipt of this amendment to ensure their offers remain valid; this can be done through several methods, including acknowledgment on offer copies or via electronic communication. Importantly, the deadline for offer submissions remains unchanged, and failure to acknowledge the amendment could lead to offer rejection. All other terms and conditions of the solicitation remain in effect without modification. The amendment ensures that all involved parties are aware of the latest requirements, thus facilitating a smooth procurement process. This process underscores the federal government's commitment to transparency and adherence to procurement regulations.
Apr 16, 2025, 1:05 PM UTC
The FY25 Law Enforcement Equipment Re-compete solicitation by the Department of Homeland Security (DHS) and Immigration and Customs Enforcement (ICE) seeks to procure mission-critical law enforcement equipment to enhance agent safety and operational effectiveness. This Request for Quotations (RFQ) invites small businesses to submit offers for 381 specific equipment items over a five-year period. The evaluation of quotes will be based on technical approach, delivery time, and price, with non-price factors weighted more heavily. Vendors may propose brand name or equivalent products and must submit physical samples for items not listed in the provided master parts list. The total estimated value of the awards could be up to $49.5 million, with each individual BPA (blanket purchase agreement) not exceeding $7.5 million. Interested offerors must adhere to strict submission guidelines, including deadlines for inquiries and proposals, ensuring compliance with various bidding and contracting regulations. This procurement highlights the government's commitment to equipping law enforcement agencies to fulfill their critical national security missions.
Apr 16, 2025, 1:05 PM UTC
The document outlines a detailed inventory of holsters, magazine pouches, cleaning gear, law enforcement equipment, restraints, targets, academy gear, sniper gear, and rescue tools available for government contracts. Each item is identified by type, part number, product description, and intended use, with notable items including various holsters compatible with firearm accessories like lights, multipurpose utility items, and specialized tools for law enforcement and tactical training. The extensive product list indicates potential sources for government agencies to procure essential equipment for duty and operational readiness, adhering to the needs of local, state, and federal law enforcement entities. This catalog serves as a comprehensive resource to facilitate ease of access and acquisition for diverse tactical and operational requirements across various governmental functions.
The document outlines a comprehensive list of holsters, magazine pouches, cleaning gear, law enforcement equipment, restraints, targets, and various tactical and rescue gear, indicating a procurement proposal for law enforcement and tactical agencies. Each item is systematically categorized by type, with specific details such as product descriptions, compatibility, and intended use, targeting agencies’ operational needs. Key components include holsters for specific firearm models like the SIG P320 and P365, various cleaning supplies for weapon maintenance, tactical tools like handcuffs and flashlights, and specialized equipment for rescue operations. The file also provides estimated yearly quantities for each item, reinforcing the proposal's intent to fulfill law enforcement requirements over multiple ordering periods, ranging from 2024 to 2029. The structured format of the document facilitates easy identification of required items and their respective suppliers, suggesting that the purpose of the document is to streamline the procurement process for state, local, and federal agencies aiming to enhance their operational capabilities and preparedness. Overall, the document serves as a vital resource for ensuring the readiness and efficiency of tactical units.
Apr 16, 2025, 1:05 PM UTC
The FY25 Law Enforcement Equipment Re-compete solicitation by the Department of Homeland Security's Immigration and Customs Enforcement (ICE) seeks quotes for critical law enforcement equipment through a 100% Small Business Set-Aside. The primary objective is to establish Blanket Purchase Agreements (BPAs) for up to two contracts over a five-year period, totaling an estimated value of $49.5 million. The selected vendors will provide ICE agents with essential equipment to enhance operational safety and efficiency. The RFQ, adhering to federal acquisition regulations, allows vendors to propose either brand-name products or equivalent alternatives while providing detailed descriptions and pricing. Offerors must submit physical samples for unlisted items by the final quote deadline. The evaluation focuses on technical approach, delivery time, and price, with a significant emphasis on non-price factors. Proposals receiving an “unacceptable” rating in key areas will be disqualified. The RFQ outlines procedures for quote submission, consists of a Master Parts List, and includes various compliance clauses to ensure adherence to federal acquisition standards. Timely responses to RFQ questions and adherence to submission guidelines are critical for successful proposals, reflecting ICE's commitment to modernizing their law enforcement capabilities through efficient procurement practices.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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) is seeking proposals for the procurement of 9mm Duty and Reduced Hazard Qualification (RHQ) ammunition to support its Law Enforcement Safety & Compliance (LESC) Directorate. The contract, which spans five years from September 11, 2025, to September 10, 2030, requires the delivery of ammunition that meets specific technical specifications, including lead-free projectiles for RHQ rounds, rigorous testing protocols, and compliance with safety standards. This procurement is critical for ensuring the safety and operational effectiveness of law enforcement personnel within the Department of Homeland Security. Interested vendors should contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov for further details, with an estimated maximum contract value of $99,999,900 and a minimum government guarantee of $5,000.
Marine Crew Gear Kit
Buyer not available
The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide Marine Crew Gear Kits through a firm-fixed price indefinite delivery-indefinite quantity contract. This procurement aims to supply essential maritime safety equipment, including components such as dive knives, rescue tools, and personal flotation devices, which are critical for operational readiness in border enforcement activities. Interested vendors must submit their quotations by April 28, 2025, at 3 PM MDT, including a pricing quote, a signed SF 1449, and product description sheets, with the initial order expected to be approximately 143 kits. For further inquiries, potential bidders can contact Kirk Hunt at kirk.w.hunt@cbp.dhs.gov or by phone at 520-407-2811.
U.S. Customs and Border Protection (CBP) Less Lethal Pressurized Air Launcher Systems (LLPALS)
Buyer not available
The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is seeking quotes for the procurement of Less Lethal Pressurized Air Launcher Systems (LLPALS) to support its Law Enforcement Safety & Compliance Directorate. The solicitation includes detailed technical specifications for the LLPALS, which must meet specific operational requirements, safety features, and performance standards, ensuring they are suitable for law enforcement applications. This initiative reflects the government's commitment to enhancing public safety through the acquisition of non-lethal equipment, with a contract value ranging from $5,000 to $7,500,000 over a five-year period, starting from September 18, 2025. Interested vendors can direct inquiries to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, and must adhere to the submission guidelines outlined in the attached RFQ documents.
SBU_Training Materials/Equipment
Buyer not available
The U.S. Department of State, through the American Embassy in Mexico, is seeking qualified vendors to provide training materials and equipment as part of an ongoing initiative to combat criminal activity affecting both Mexico and the United States. The procurement aims to secure these supplies at the lowest price while ensuring compliance with specific requirements outlined in the Statement of Work (SOW), including the delivery of new equipment with warranties and support. This contract is critical for enhancing the capabilities of law enforcement efforts in the region, with a firm-fixed-price structure and a delivery timeline of 30 business days post-order. Interested vendors must submit their proposals electronically by May 21, 2025, and can contact Mara Granados at granadosm@state.gov or the INL Procurement team at mexicocityinlprocurement@groups.state.gov for further information.
10--HOLSTER,PISTOL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of holsters for pistols, specifically NSN 1095016838989. The contract will involve an estimated quantity of 549 units, with a guaranteed minimum of 82 units, and is expected to be delivered within 85 days after order placement. These holsters are crucial for military operations, ensuring the secure carrying of sidearms by personnel. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes electronically, as hard copies will not be available, and can direct inquiries to DibbsBSM@dla.mil.
Overt Armor Kit
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of Overt Armor Kits (OAK), which include ballistic-resistant soft body armor and associated accessories for federal law enforcement personnel. The primary objective of this procurement is to enhance officer safety in high-threat environments by providing reliable protective gear that meets stringent ballistic resistance standards set by the National Institute of Justice (NIJ). This contract, structured as a Firm Fixed Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) agreement, has a maximum value of $61 million over a potential five-year period, emphasizing the importance of high-quality, customizable protective equipment for law enforcement agencies. Interested vendors should direct inquiries to Holly Cloud at hcloud@fbi.gov and ensure compliance with submission requirements, including a signed SF30 Form, by the specified deadlines.
10--HOLSTER,PISTOL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 34 pistol holsters under solicitation number NSN 1095015986377. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and may result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated eight orders per year. The holsters are critical for military operations and will be shipped to various domestic and overseas DLA depots, with a guaranteed minimum quantity of five. Interested vendors must submit their quotes electronically, and inquiries can be directed to DibbsBSM@dla.mil.
Patrol Rifle Replacement Red Dot System and Suppressors.
Buyer not available
The Department of the Treasury's Bureau of Engraving and Printing (BEP) is seeking proposals for a Patrol Rifle Replacement System and Suppressors to enhance security at its Western Currency Facility in Fort Worth, Texas. The procurement involves acquiring 30 Aimpoint Duty Red Dot Sights and 30 HUXWRX FLOW 556k Compact Suppressors, aimed at improving safety measures for employees and visitors in compliance with law enforcement standards. This initiative underscores the importance of maintaining a secure environment for currency production, with a contract delivery timeline of 45 days post-award. Interested small businesses can reach out to LaQulla Williams at Laqulla.Williams@bep.gov or 817-847-3905 for further details regarding the solicitation.
Notice of Intent to Sole Source - Know2Protect Campaign Support Services
Buyer not available
The U.S. Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), intends to solicit Know2Protect Campaign Support Services from Deloitte Consulting, LLP, under a sole-source procurement. This initiative aims to provide essential support services to combat online Child Sexual Exploitation and Abuse (CSEA), ensuring continuity of services during a period of contract transition due to a protest-related stop-work order. The procurement is being conducted under FAR Part 8.4, and interested parties can direct inquiries to Contracting Officer Wesley Ransom at wesley.ransom@dhs.gov or Contract Specialist Michelle Levine at michelle.levine@ice.dhs.gov, with no specific funding amount or deadlines indicated in the notice.
MEX-INL-IN41MX70-Training materials for USMS Courses
Buyer not available
The U.S. Department of State, through the American Embassy in Mexico, is seeking quotations for training materials essential for U.S. Marshals Service (USMS) courses, specifically aimed at enhancing operational safety for law enforcement personnel. The procurement includes items such as protective gear, simulated firearms and ammunition, and combat medic kits, which are critical for ensuring safety during fugitive investigations and detainment operations. This initiative underscores the importance of equipping law enforcement with the necessary tools to effectively respond to high-risk situations. Quotations are due by April 28, 2025, and interested vendors must submit their proposals electronically, adhering to specified formats and including required documentation. For further inquiries, contact Mara Granados at granadosm@state.gov or via phone at 525508020005842.