U.S. Customs and Border Protection (CBP) Less Lethal Pressurized Air Launcher Systems (LLPALS)
ID: 70B06C25Q00000073Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONMISSION SUPPORT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

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

PSC

MISCELLANEOUS WEAPONS (1095)

Set Aside

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

    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking quotes for the procurement of Less Lethal Pressurized Air Launcher Systems (LLPALS) to support law enforcement operations. The RFQ outlines specific technical requirements for the launchers, including operational capabilities, safety features, and performance metrics, ensuring they meet the needs of various DHS components. These systems are crucial for enhancing law enforcement's ability to utilize non-lethal options in public safety scenarios. Interested vendors should note that the contract will be awarded under a Total Small Business Set-Aside, with a minimum guarantee of $5,000 and a maximum order amount of $7,500,000, spanning an ordering period from September 18, 2025, to September 17, 2030. For further inquiries, vendors can contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) to establish a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Less Lethal Pressurized Air Launcher Systems (LLPALS) in support of the U.S. Customs and Border Protection's Law Enforcement Safety & Compliance Directorate. It follows Federal Acquisition Regulation (FAR) guidelines, specifically Parts 12 and 13, allowing acquisitions from $250,000 to $7,500,000. The contract's ordering period spans from September 18, 2025, to September 17, 2030, featuring five one-year ordering periods to accommodate pricing adjustments over time. The document specifies a minimum contract guarantee of $5,000, with the maximum order amount set at $7,500,000. All delivery orders will be firm-fixed price. It includes essential clauses that govern contract execution, performance standards, reporting obligations, and compliance with laws affecting subcontractors, emphasizing the provision of U.S.-manufactured goods and adherence to various federal regulations. The streamlining of this procurement process reflects the DHS's strategy to enhance operational capabilities while supporting compliance with small business and veteran-owned business initiatives.
    The document is a Request for Quote (RFQ) for Less Lethal Pressurized Air Launcher (LLPAL) Systems issued by the Customs and Border Protection (CBP). It outlines the required equipment and projectiles, including various models of LLPALs with and without buttstocks, capsicum projectiles, inert projectiles, high-pressure air bottles, scuba tanks, and optional accessories. The RFQ specifies estimated quantities, but all unit costs are listed as $0.00, suggesting placeholders for pricing during the bidding process. The ordering periods span five years, starting from September 15, 2025, to September 14, 2030, providing vendors with structured timelines for fulfilling the contract. Furthermore, the document mentions optional equipment and individually orderable replacement components without specific pricing. This RFQ aims to solicit bids from suppliers to enhance CBP's capabilities in utilizing less lethal options for law enforcement operations, reflecting a strategic investment in non-lethal tools for improved public safety and operational effectiveness.
    The Department of Homeland Security (DHS), specifically the U.S. Customs and Border Protection (CBP), has issued a Request for Quotes (RFQ) for the procurement of Less Lethal Pressurized Air Launchers (LLPALs), along with their accessories and specific types of projectiles for operational and training purposes. The document outlines detailed technical specifications for the launchers, including operational requirements like caliber, mechanism, material construction, temperature resilience, safety features, and design characteristics to distinguish them from lethal weapons. It also defines the performance standards, such as the rate of fire, muzzle velocity, accuracy, and operational reliability. Additionally, the RFQ specifies administrative requirements for contractor quality control, warranty stipulations, and packaging and shipping protocols. The purpose of this solicitation is to establish contracts for the necessary equipment to aid DHS operations while ensuring compliance to rigorous standards. The RFQ allows for optional items and provides a framework for evaluating proposals based on technical compliance and pricing. This document exemplifies a structured approach to governmental procurement, emphasizing safety specifications, quality assurance, and operational efficacy in law enforcement equipment.
    The document is a Request for Quote (RFQ) for the procurement of Less Lethal Pressurized Air Launcher (LLPAL) Systems, specifically identified as RFQ 70B06C25Q000000073. It features a template for questions and answers, where potential vendors can submit inquiries about the RFQ. The template requires vendors to specify the question, cite the applicable page and paragraph from the attachment, and leave the government response section blank for later completion by the government. The purpose of the RFQ is to gather quotes from suppliers who can provide the specified less lethal systems. This initiative underscores the government's interest in acquiring non-lethal equipment for law enforcement or public safety applications. Although the document contains a structured form, it is focused on facilitating communication between the government and potential bidders, ensuring that all questions are addressed to promote clarity in the procurement process. The layout reflects a procedural approach typical of government solicitations to maintain transparency and ensure compliance with established purchasing protocols.
    The Request for Quote (RFQ) 70B06C25 pertains to the acquisition of Less Lethal Pressurized Air Launcher (LLPAL) systems. This document outlines various assumptions, exceptions, and dependencies that suppliers may identify, which could affect the fulfillment of the RFQ’s requirements. Suppliers are encouraged to provide a rationale for any identified assumptions or dependencies, effectively justifying any inability to meet the government's stipulated terms and conditions. Such justifications may highlight potential advantages for the government if certain terms are relaxed or modified. This RFQ is a crucial part of procurement protocols aimed at engaging vendors while ensuring compliance with governmental standards. The document emphasizes the importance of clear communication regarding the suppliers' capacity to meet specified requirements, facilitating a thorough evaluative process for the government’s acquisition of less lethal systems.
    This document is an amendment to a Request for Quotes (RFQ) issued by the Department of Homeland Security's Customs and Border Protection. The amendment serves to address questions submitted by prospective contractors regarding the solicitation. It includes two attachments: one detailing the government's responses to the submitted questions and another, an amended Statement of Work, which revises specific details based on the inquiries received. Notably, the amendment changes the PAVA powder formula in the projectile specifications from ".5% (±.03%)" to "2.0% (±.03%)". Quoters must use this updated Statement of Work rather than the original document linked to the solicitation. The amendment specifies that all terms and conditions from the initial solicitation remain unchanged except for those modified herein, emphasizing the need for contractors to acknowledge receipt of the amendment for their offers to be considered valid.
    The Department of Homeland Security (DHS) through U.S. Customs and Border Protection (CBP) has issued a Request for Quotes (RFQ) for the procurement of Less Lethal Pressurized Air Launchers (LLPAL) and related accessories and projectiles for law enforcement and training purposes. The RFQ outlines specific technical requirements for the launchers, including dimensions, materials, operational capabilities, and safety features, ensuring they are suitable for various DHS components like ICE, USSS, and TSA. The launchers must function mechanically without electronic controls, operate effectively in extreme temperatures, and possess a semi-automatic firing mode. Projectiles specified range from capsaicin-filled to inert, requiring defined weight, formulas, and shelf lives. Critical performance metrics include a rate of fire of at least six projectiles per second, consistent muzzle velocity, and dimensions tailored for optimal use. The contract emphasizes quality control, requiring strict adherence to production standards and the provision of comprehensive documentation for maintenance and warranty needs. The duration of the contract includes five annual ordering periods, facilitating a structured approach to fulfilling DHS equipment requirements while ensuring compliance with safety and operational standards.
    The document outlines responses to questions from vendors regarding the Request for Quote (RFQ) 70B06C25Q00000073 concerning a Less Lethal Pressurized Air Launcher (LLPAL) system. The questions determine technical specifications and warranty requirements for various components. Key clarifications include the acceptance of a fixed rear sight design modification for two different launcher models, changes in PAVA powder specifications to a 2% formulation, and details regarding attachment points for sling swivels and their compatibility with existing launchers. Furthermore, the document confirms that the projectile's velocity should optimally be set at 300 feet per second and that certain optional projectiles can deviate in weight within acceptable parameters. Specific pricing schedule questions were also addressed, affirming that pricing should align exclusively with items detailed in the Statement of Work (SOW) for each launcher variant. Overall, the document illustrates the government's emphasis on maintaining technical compliance while allowing for some flexibility in product specifications.
    Similar Opportunities
    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.
    Level III Small Unmanned Aircraft Systems
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting market research through a Request for Information (RFI) for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) operational capabilities. The RFI seeks to identify vendors capable of providing sUAS that meet specific technical requirements, including FAA compliance, autonomy, AI integration, and interoperability with existing systems, while focusing on Group 1 and/or 2 weight classes (≤ 20 – 55 lbs.). This initiative is crucial for improving tactical field operations and ensuring effective border security measures. Interested vendors must submit their responses, including a white paper detailing their capabilities, by December 12, 2025, and can direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    42--PROPORTIONER,FOAM L
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two units of the Proportioner, Foam L, under solicitation number 4210015876480. This procurement is critical for fire, rescue, and safety operations, as the Proportioner is essential for effective foam application in emergency situations. The solicitation is set aside for small businesses, and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be provided. Interested parties should direct any questions to the buyer via email at DibbsBSM@dla.mil, with quotes due within 167 days after the award date.
    rail launcher
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is seeking to procure a rail launcher, specifically categorized under the PSC code 1440 for guided missile launchers. The procurement is part of a Justification and Approval (J&A) posting, indicating a specialized requirement, although specific details have been redacted. Rail launchers are critical components in missile systems, playing a vital role in the operational capabilities of defense systems. Interested parties can reach out to Michael Romine at michael.1.romine@dla.mil or Al Condino at al.1.condino@dla.mil for further inquiries, with Al Condino also available by phone at 256-924-7954.
    10--PARTS KIT,GUN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit for a gun, identified by NSN 1005014660429. The solicitation is for an Indefinite Delivery Contract (IDC) with an estimated quantity of 100 units, to be delivered within 139 days after order placement, and is intended to support military operations by providing essential components for weaponry. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the DLA via email at DibbsBSM@dla.mil. The contract will be set aside for small businesses, with a guaranteed minimum quantity of 15 units and a total contract value not to exceed $350,000.
    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.
    10--HANDGUARD,LOWER
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of 3,604 units of the HANDGUARD, LOWER (NSN 1005014531633) as part of a total small business set-aside solicitation. The procurement includes two lines: the first for 3,603 units to be delivered within 261 days and the second for 1 unit to be delivered within 90 days. These components are critical for military applications, specifically in the manufacturing of small arms and ordnance accessories. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation details available on the DLA's DIBBS website.
    Low Level Contr
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Low Level Control units, identified by National Stock Number 6680-01-337-0653 and part numbers 30052-000-01 and 70307-82802-103. These items are critical for ensuring the operational readiness of U.S. Coast Guard aircraft, requiring clear traceability to the Original Equipment Manufacturers, Simmonds Precision Products INC and Sikorsky Aircraft Corporation. Interested vendors must submit their offers by December 22, 2025, at 2:00 PM EST, with the anticipated award date set for December 29, 2025. For further inquiries, potential offerors can contact Paige Kressley at Paige.E.Kressley@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    MQ-9 Unmanned Aircraft Systems
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is planning to issue a Sole Source Contract Modification to General Atomics Aeronautical Systems, Inc. for the procurement of up to eleven MQ-9 Unmanned Aircraft Systems. This contract modification aims to increase the contract ceiling and extend the performance period by an additional 12 months, from October 1, 2026, to September 30, 2027, to support anticipated aircraft deliveries and ongoing operational and maintenance services for the existing UAS fleet. The MQ-9 systems are critical for enhancing the DHS's mission capabilities in border security and surveillance operations. Interested parties are encouraged to express their interest and capabilities in writing to Brenda Mealer at brenda.mealer@cbp.dhs.gov prior to the closing date of this notice, as this is not a request for proposals or bids.
    Weapons Management System (WMS) New Buys
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Weapons Management Systems (WMS) under solicitation number 70Z03825QJ0000134. The requirement emphasizes the need for new, traceable parts from Original Equipment Manufacturers (OEMs), specifically Hamilton Sundstrand or Sikorsky Aircraft Corporation, ensuring compliance with quality standards for installation on U.S. Coast Guard aircraft. This procurement is critical for maintaining operational readiness and safety in aviation logistics, with a closing date for offers set for December 19, 2025, at 2:00 PM EST. Interested vendors should direct their quotations to Amy Whitehurst via email, ensuring to reference the solicitation number in the subject line.