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
    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
    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.
    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.
    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.
    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
    Replacement Duty Weapons System
    Treasury, Department Of The
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) is soliciting proposals for a Replacement Duty Weapons System to enhance security for its Police Operations Division. The procurement specifically seeks brand-name Glock 47 COA Full-Size and Glock 45 COA Mid-Size pistols, equipped with electronic optics, along with various Safariland and Bianchi holsters and Streamlight weapon lights. This acquisition is critical for ensuring the safety of employees and facilities, with a requirement for delivery within 120 days post-award. Interested vendors should contact LaQulla Williams at Laqulla.Williams@bep.gov or 817-847-3905 for further details regarding the solicitation and submission process.
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Homeland Security, Department Of
    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.
    DHS-wide Uniforms III Contract
    Homeland Security, Department Of
    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.
    DHS Medical Supplies BPA Modification
    Homeland Security, Department Of
    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.
    M4 Rifle and Parts (5.56x45mm NATO)
    Homeland Security, Department Of
    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.
    U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is conducting a Request for Information (RFI) to explore market capabilities for providing less lethal specialty impact and chemical munitions, specifically distraction devices and munitions that can be hand-delivered or launched from 40mm launchers. This procurement aims to equip CBP and other federal agencies with necessary training and operational tools while achieving cost efficiencies, with a planned 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The munitions sought include various types such as smoke, CS, and OC canisters, rubber ball grenades, and specialized training kits, all of which must comply with CBP's Use of Force Policy. Interested vendors should submit their responses via email to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov by 2:00 p.m. EST on October 24, 2025, as this RFI is for information and planning purposes only and does not constitute a commitment to contract.
    FBI Police Uniforms
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity is a total small business set-aside for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance and operational effectiveness among FBI personnel, requiring contractors to provide both brand-name and "brand name or equal" items, as well as local tailoring services within a 50-mile radius of FBI headquarters in Washington, D.C. Interested vendors must submit their proposals, including samples, by January 9, 2026, at 5:00 PM ET, and can direct inquiries to Ricardo Tiggle at rtiggle@fbi.gov.
    J&A - Purchase of 24 Private Booths for Florence CC, AZ
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to procure and install 24 private booths for the Florence Correctional Center (CAFCC) in Arizona, in compliance with a court order from the United States District Court for the District of Columbia. The procurement includes 14 privacy booths and 10 ADA-compliant booths designed to facilitate confidential attorney-client communications, ensuring that legal calls are secure and private, with soundproofing to a minimum of 30-35 decibels. This initiative is critical for maintaining legal standards and ensuring detainees have access to private legal consultations, with the booths required to be operational for at least eight hours on weekdays and five hours on weekends. Interested vendors can contact Ejikeme Ezeala at ejikeme.ezeala@ice.dhs.gov for further details, with the purchase order expected to be awarded following a 30-day extension granted by the court.
    Increase Travel Ceiling
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking to increase the travel ceiling on an existing task order. This adjustment is necessary to accommodate the travel requirements associated with ongoing investigations and operations support in the Dallas office. The increase in the travel ceiling is crucial for ensuring that personnel can effectively carry out their duties in support of ICE's mission. For further inquiries, interested parties can contact Bryan Ford at bryan.j.ford@ice.dhs.gov.
    FY26 TD 26011 INITIAL GEAR DFTP
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is soliciting quotes for miscellaneous duty gear as part of the FY26 TD 26011 Initial Gear Deputy Fundamental Training Program (DFTP). This procurement is exclusively set aside for small businesses under NAICS code 315990, which pertains to Apparel Accessories and Other Apparel Manufacturing, with a size standard of 600 employees. The goods are essential for equipping new deputies with the necessary gear for their training, ensuring compliance with security and privacy requirements, including safeguarding Personally Identifiable Information (PII). Interested vendors must submit their quotes by December 16, 2025, at 12:00 PM CT, and can reach out to Jennifer Brite at jennifer.brite@usdoj.gov or Kate Oravitz-Weeks at Kathryn.Oravitz-Weeks@usdoj.gov for further inquiries.