Overt Armor Kit
ID: 15F06725R0000117Type: Combined Synopsis/Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, USA

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)

PSC

ARMOR, PERSONAL (8470)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Jun 11, 2025, 10:00 PM UTC
Description

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 various accessories designed to enhance the safety of federal law enforcement personnel in high-threat environments. The procurement aims to provide reliable protective gear that meets the National Institute of Justice (NIJ) ballistic resistance standards, ensuring that both male and female agents are adequately equipped. This contract will be structured as a Firm Fixed Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) with a maximum value of $61 million over a potential five-year period, emphasizing the importance of quality, timely delivery, and compliance with environmental standards. Interested vendors should contact Holly Cloud at hcloud@fbi.gov for further details and are encouraged to submit their proposals, including pricing and specifications, by the specified deadlines.

Point(s) of Contact
Holly Cloud
hcloud@fbi.gov
Files
Title
Posted
Mar 28, 2025, 5:05 PM UTC
The document outlines a Request for Proposal (RFP) for the procurement of the Overt Armor Kit (OAK) and related accessories, detailing the price structure across multiple contract years, including options for additional accessories. The file specifies the itemized list of required and optional products, such as soft armor panels, various pouch types, and modular components relevant for law enforcement agencies including the FBI, DEA, and USMS. Offerors are instructed to submit pricing for each specified item, with guidance provided for determining the total evaluated price based on a standard configuration of armor kits designed for the three agencies. Emphasis is placed on the importance of pricing for the standard armor kits, while optional accessories may be evaluated for added value. This document serves as a framework to support the acquisition process of critical protective gear for federal law enforcement agencies, ensuring that they receive the necessary equipment to meet their operational requirements effectively.
Mar 28, 2025, 5:05 PM UTC
The document outlines a performance evaluation questionnaire related to RFP SHOP-PR-24-002726, issued by the Department of Justice for the procurement of Individual First Aid Kits. The prospective Offeror must undergo a performance review based on feedback from designated references. The questionnaire requires respondents to provide their identification details and evaluate the Offeror in various performance areas, including quality of work, adherence to delivery schedules, problem-solving initiative, responsiveness to directives, and billing accuracy. The responses are graded on a scale from "Exceptional" to "Unsatisfactory," requiring narrative comments to support evaluations. The Government emphasizes the importance of honest and comprehensive feedback, assuring confidentiality for those providing references. Timely submission of the completed questionnaire is mandated within five business days, as the information is critical for contract award decisions. This document highlights government procurement processes, focusing on performance assessment to ensure high standards in service delivery.
Mar 28, 2025, 5:05 PM UTC
The Department of Justice (DOJ) is issuing a Request for Proposal (RFP) for the procurement of Overt Armor Kits (OAK), which include ballistic-resistant soft body armor and accessories for federal law enforcement personnel. The primary objective is to enhance officer safety in high-threat environments through reliable protective gear that meets specific ballistic resistance standards set by the National Institute of Justice (NIJ). The contract will be a Firm Fixed Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) structure, with a maximum threshold of $61 million over up to five years. Vendors are required to provide detailed pricing, specifications, and a quality control plan. The armor must accommodate both male and female agents, offer replacement components, and include suitable ballistic-resistant accessories. Furthermore, contractors must maintain high quality, adhere to strict delivery timelines, and comply with environmental protection and warranty standards. The proposal process, including deadlines and evaluation criteria, is outlined clearly, emphasizing the importance of reliability and accountability in supplying protective equipment for federal law enforcement agencies. Overall, this RFP reflects DOJ's commitment to ensuring that its personnel are equipped with the necessary protective gear to safely execute their duties.
Lifecycle
Title
Type
Overt Armor Kit
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
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 intended for use by its agents. The FBI seeks to award up to two Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, each lasting five years, which includes one base year and four option years, with a total anticipated contract value of approximately $4.9 million. These holsters must meet specific design requirements for Glock 17M and Glock 19M firearms, emphasizing durability and compliance with strict specifications, including retention mechanisms and quality control standards. Interested small businesses are encouraged to submit their proposals, including samples, by the specified deadlines, and can direct inquiries to Brian Ames at bames@fbi.gov.
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.
Phonak
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting proposals for the purchase of brand name Phonak earpieces and accessories under a Total Small Business Set-Aside contract. This procurement aims to establish a firm-fixed price contract for new equipment, which must be compliant with the Trade Agreements Act (TAA) and delivered to Quantico, Virginia. The solicitation emphasizes the importance of these communication devices for operational effectiveness within the FBI and outlines that the evaluation will be based on a Lowest Priced Technically Acceptable basis. Interested vendors must submit their quotes by April 16, 2025, and direct any inquiries to Contract Specialist Dylan Hankins at dehankins2@fbi.gov.
BPA vehicle to provide Law Enforcement Equipment to support ICE/OFTP
Buyer not available
The Department of Homeland Security, through the Immigration and Customs Enforcement (ICE), is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for the provision of mission-critical law enforcement equipment. This procurement aims to enhance agent safety and operational effectiveness by supplying 381 specific items over a five-year period, including holsters, restraints, and tactical gear, which are essential for training and operational readiness in law enforcement. The total estimated value of the awards could reach up to $49.5 million, with individual BPA awards not exceeding $7.5 million. Interested vendors must submit their proposals, adhering to strict guidelines and deadlines, and can contact Tony Ross at Tony.Ross@ice.dhs.gov or 202-253-1757 for further information.
RFQ: FBI ISU Hardware Refresh- KForm TEMPEST Cabinets
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting quotations for KForm custom TEMPEST cabinets as part of their RFQ process. The procurement aims to acquire high-security equipment, including RF shielded racks and custom IO panels, which are critical for safeguarding sensitive information and systems within the Department of Justice. Interested vendors must have a valid SAM.gov registration and adhere to detailed specifications outlined in the attached solicitation document, which includes contract clauses and security requirements. Quotations are due by 11:00 AM EST on April 15, 2025, and inquiries should be directed to Lance Smith at LASmith4@fbi.gov or by phone at 817-709-6572.
International Identity Operations-RFI
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking responses to a Request for Information (RFI) regarding its International Identity Operations. The objective of this RFI is to identify hardware and software solutions capable of capturing mobile biometric identity information related to transnational organized crime and terrorism, which will support the FBI's Criminal Investigative Division's efforts in addressing evolving security threats. The solutions sought must ensure compliance with FBI standards for biometric data collection, including fingerprints, palm prints, iris, and facial recognition, while incorporating robust security measures and features such as pre-loading watchlists. Interested vendors are encouraged to submit detailed capability packages to Tyler Cutright at tbcutright@fbi.gov or Harriett Williams at hlwilliams2@fbi.gov, adhering to the specified guidelines and deadlines, as responses will inform future procurement decisions but do not guarantee contracts.
Mail and Package Tracking System
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals from small business vendors for a Mail and Package Tracking System to enhance its logistical operations. The system will replace an outdated tracking solution at three locations, including the Cheverly Warehouse and FBI Headquarters, and must feature LTE-enabled handheld devices, customizable tracking capabilities, and integration with the FBI’s existing infrastructure. This procurement is crucial for improving the efficiency and security of mail and package handling within the agency. Interested parties must submit their quotes by April 14, 2025, and can contact Contracting Officer Travis Haefler at thaefler@fbi.gov for further information. The contract is expected to span from September 2025 to August 2030, with a firm-fixed-price structure.
Custom Labels
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking small business contractors to provide customized labels for its Laboratory Division. The labels must meet specific criteria, including being tear-resistant, able to withstand extreme temperatures, and compatible with Zebra printers and scanners, as they are essential for labeling various containers used in laboratory processes. This Request for Information (RFI) is intended for market research purposes only, allowing the FBI to assess vendor capabilities and inform future procurement strategies. Interested parties should submit their capabilities, product samples, and relevant qualifications to Adelle Bolton at albolton@fbi.gov by the indicated deadlines, noting that responses are voluntary and at the respondent's expense.
FBI REDSTONE JOB ORDER CONTRACT
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting proposals for the Redstone Job Order Contract (JOC) to provide construction, alteration, and repair services at its facilities in Huntsville, Alabama. This competitive procurement is set aside for 8(a) small businesses and has a total contract value not to exceed $11.5 million over a term of five years, with a minimum guarantee of $50,000. The contract will encompass various tasks, including window washing services for two buildings, and requires strict adherence to FBI security protocols and safety regulations. Proposals must be submitted electronically by May 6, 2025, with questions due by April 18, 2025, and interested parties can contact Andre Wilson at alwilson6@fbi.gov for further information.
AIRCREW BODY ARMOR VEST
Buyer not available
The Department of Defense, specifically the 18th Contracting Squadron of the U.S. Air Force at Kadena Air Base in Japan, is seeking information from qualified contractors regarding the procurement of Aircrew Body Armor Vests (ABAV). The requirement is for brand new vests, with specific part numbers provided for various sizes, and the procurement process aims to determine whether to pursue brand-name products or allow equivalent alternatives that meet technical specifications. This initiative is crucial for ensuring the safety and protection of aircrew members, adhering to established safety standards. Interested vendors must respond to the Request for Information (RFI) by April 14, 2025, and are required to be registered in the System for Award Management (SAM); responses should be directed to the primary contact, Takeshi Nakamura, at takeshi.nakamura.1.jp@us.af.mil.