National Firearms Reference Collection (Specific Weapons)
ID: 15A00025R00000016Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFATF ACQUISITION AND PROPERTY MGMT DIVATFWASHINGTON, DC, 20226, USA

NAICS

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

PSC

GUNS, THROUGH 30MM (1005)

Set Aside

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

    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is soliciting proposals for the National Firearms Reference Collection, focusing on specific weapons. This procurement is a Total Small Business set-aside, requiring that all contractors possess a Federal Firearms License (FFL) and be active in the System for Award Management (SAM) database, with proposals needing to match exact specifications outlined in an accompanying spreadsheet. The selected contractors will provide various firearms, with the evaluation based on technical acceptability and lowest pricing, ensuring compliance with federal regulations. Proposals must be submitted via email to Jim Huff by 1:00 PM EST on January 28, 2025, and further inquiries can be directed to him at James.Huff@atf.gov or by phone at 202-648-9117.

    Files
    Title
    Posted
    The document is an amendment (0001) to a solicitation (15A00025R00000016) from the Acquisition Management Division of the ATF, effective January 10, 2025. It specifies that only Federal Firearms License (FFL) companies may submit proposals, requiring proof of their FFL status and an Active status in the System for Award Management (SAM) database, including their Unique Entity Identifier (UEI). The procurement is a Total Small Business set-aside for multiple-award firm fixed-price purchase orders focused on specific weapons listed in an accompanying spreadsheet. Proposals must match the exact specifications with price as a determining factor for awards. The document includes key sections related to solicitation clauses, representations, certifications, and requirements for compliance with federal regulations. The amendment emphasizes maintaining the original terms aside from the eligibility adjustments for contractors, underscoring its objective to ensure federal compliance and promote fair competition among eligible small businesses.
    The document is an amendment (Number 0002) to the solicitation for a procurement project (ID: 15A00025R00000016) by the Acquisition Management Division of the ATF, effective January 13, 2025. It addresses two key questions from contractors regarding the shipment and specifications of firearms. The established mailing address for all weapons is provided, and clarification is given that the ATF has no preference regarding sub-model variations of listed firearms as long as the models are accurate. This procurement is set aside for small businesses, where multiple-award firm fixed-price purchase orders will be issued based on the proposals for specific firearms listed in an associated spreadsheet. All proposed weapons must be exact matches, ensuring technical compliance, with awards going to the lowest-cost acceptable submissions. The document outlines essential compliance terms, including representations and certifications related to business status (e.g., small business, veteran-owned). Overall, it reflects the government's intent to govern procurement processes transparently while ensuring adherence to established standards and conditions. This amendment aims to facilitate participation from small businesses while clarifying requirements for compliance and submission.
    The document is an amendment to a federal solicitation for procurement, specifically related to the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF). The purpose of Amendment #3 is to address additional inquiries from contractors and to exclude the HK model M320 Grenade Launcher from competition. This exclusion means that previous quotes for this weapon will not be considered for award. All other submitted pricing remains valid for evaluation. The procurement is structured as a Total Small Business set-aside, where multiple awards will be made based on specific weapon proposals. It specifies that the proposed weapons must be exact matches and technically acceptable, with the lowest cost determining the award for each weapon category. The document details further procedural requirements concerning representations and certifications that contractors need to submit, ensuring compliance with federal guidelines. Overall, this amendment aims to clarify procurement details while fostering competition among small businesses in providing specific weaponry to the ATF.
    The document outlines a solicitation by the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) for commercial products and services under solicitation number 15A00025R00000016. This procurement is a total small business set-aside, aiming for multiple awards of firm fixed price purchase orders based on specific weapons detailed in an attached excel spreadsheet. Contractors are required to submit proposals for weapons that must be exact matches. The evaluation will prioritize technical acceptability and lowest pricing for specific weapons, with a delivery timeframe of no more than six months. Key sections include procurement specifications, contract clauses, guidelines on invoicing and performance management, confidentiality requirements, and compliance with domestic violence policies. The document emphasizes the importance of participation from small businesses in government contracting, ensuring that all bidders are active in the System for Award Management. In summary, this solicitation is focused on acquiring specific firearm products while adhering to federal regulations that promote fairness and responsibility in the procurement process.
    This document outlines the government's solicitation for firearms and related equipment, detailing requirements and clarifications from the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF). The Government specifies that responses are limited to ATF-licensed entities with Type 11 FFL and SOT status. Key points include the removal of the HK M320 grenade launcher due to the need for an end-user agreement, acceptance of firearms in any caliber and configuration, and allowance for used but unmodified firearms. The Government will not accept custom-built firearms or require specific accessories for silencers. Partial deliveries are acceptable, but final delivery must occur within six months. Additionally, thread pitch for suppressors is not a limitation. This document is part of a broader context involving federal requests for proposals (RFPs), grants, and procurement processes focused on ensuring compliance, clarity, and efficiency in obtaining necessary firearms and equipment.
    The government document outlines a request for additions to the National Firearms Collection (NFC) by the Firearms and Ammunition Technology Division. It specifies that all requested firearms models must be an exact match, emphasizing strict compliance. The document includes a comprehensive list of various firearms, silencers, and Nexus firearms, detailing the make, model, quantity, and associated costs, totaling 85 items with a reported overall cost of $0. Key items requested include popular brands like Heckler & Koch, Diamondback, PSA, Colt, and Beretta among others, highlighting a diverse range of firearms including handguns, rifles, and silencers. The document reflects a methodical approach to inventory management in federal firearms oversight, necessitating precise specifications for collection additions. This RFP aligns with broader government objectives for curating and managing firearms technology collections while ensuring compliance with regulatory standards and safety protocols.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Field, Background-Investigative Services
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking proposals for field and background investigative services through a combined synopsis/solicitation. The objective is to support the Personnel Security Division by conducting personnel security background investigations in compliance with legal and policy requirements, with a firm-fixed-price contract expected to span up to five years and approximately 2,400 hours of work annually per contractor. This procurement is critical for maintaining effective personnel security and ensuring thorough oversight in investigative processes. Interested offerors should direct inquiries to Sheray Millhouse at Sheray.Millhouse@ATF.gov or call 202-648-9071, and must be prepared to submit proposals under the new solicitation number 15A00025Q00000069 once it is posted.
    Field, Background-Investigative Services (Multiple Award)
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified contractors to provide Field and Background-Investigative Services through a multiple-award Request for Quotations (RFQ). The procurement aims to establish Basic Ordering Agreements (BOAs) for an estimated 2,400 hours/points per year per awardee, with services compensated at $50 per point over a five-year period. These services are critical for conducting personnel security background investigations, ensuring compliance with federal regulations, and safeguarding sensitive information. Interested offerors must submit their quotations by June 15, 2030, and can direct inquiries to Sheray Millhouse at Sheray.Millhouse@ATF.gov or by phone at 202-648-9071.
    CFITrainer.net
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking to procure services related to CFITrainer.net, which focuses on education and training certifications for educational institutions. The objective of this procurement is to enhance training capabilities and ensure compliance with necessary educational standards. The services provided will play a crucial role in supporting the ATF's mission by improving the training and accreditation processes for its personnel. Interested parties can reach out to Brian Wilkins at Brian.Wilkins@atf.gov or by phone at 202-648-9120 for further details regarding this opportunity.
    Alford Technologies Tools
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking authorized resellers to provide specific brand-name tools from Alford Technologies, including Bootbangers, Bottlers, DemiMods, Modular Large Vehicle Disruptors (MLVDs), and MajorMods. This procurement is a total small business set-aside under FAR Part 12, intended to result in a one-time, firm-fixed price purchase order, with all items required to be new and delivered to Redstone Arsenal, Alabama, by March 24, 2026. The tools are essential for the FBI's Critical Incident Response Group (CIRG) operations, emphasizing the importance of reliable and specialized equipment in critical situations. Interested vendors must submit their quotes by December 16, 2025, at 10:00 AM CT, and direct any questions to Keri Matthews at kcmatthews@fbi.gov by December 15, 2025, at 10:00 AM CT.
    DJF-23-1200-LTL-1
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to procure ammunition through a sole source urgency contract identified as DJF-23-1200-LTL-1. This procurement is critical for the FBI's operational needs, particularly in relation to their law enforcement and national security missions. The ammunition, classified under the PSC code 1305, is essential for various applications within the agency, underscoring its importance in maintaining operational readiness. Interested vendors can reach out to Ryan Dolan at RDOLAN@FBI.GOV for further details regarding this opportunity.
    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.
    Canine Center Technician
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking qualified vendors for a full-time Contract Canine Center Technician to support its National Canine Division (NCD) in Front Royal, Virginia. The technician will be responsible for comprehensive canine care, kennel maintenance, and administrative tasks, which are crucial for training accelerant and explosives detection canines for law enforcement agencies. This opportunity is structured as a Multiple Award Blanket Purchase Agreement (BPA) with a firm-fixed-price contract anticipated for a period of up to sixty months, requiring responses by 5:00 PM EST on December 16, 2025. Interested parties should contact Brian Wilkins at Brian.Wilkins@atf.gov for further information and submission details.
    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.
    IAAI Membership
    Justice, Department Of
    The Department of Justice, specifically the Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF), is seeking to procure memberships for the International Association of Arson Investigators (IAAI). This procurement aims to secure memberships that will enhance training and educational opportunities for ATF personnel involved in arson investigations. IAAI memberships are vital for staying updated on best practices and advancements in the field of fire investigation. Interested parties can reach out to Brian Wilkins at Brian.Wilkins@atf.gov or by phone at 202-648-9120 for further details regarding this opportunity.
    CONTROL ASSEMBLY,AC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of CONTROL ASSEMBLY,AC, a critical component in the manufacturing of small arms and ordnance accessories. This solicitation emphasizes the need for compliance with specific inspection and acceptance criteria, as well as adherence to quality assurance standards, ensuring that all supplied items meet rigorous military specifications. The procurement is vital for maintaining operational readiness and supporting national defense initiatives, with the solicitation closing on February 20, 2025. Interested vendors should direct inquiries to Amy Smith at 385-591-3484 or via email at AMY.SMITH@DLA.MIL for further details.