Strategic Tactical Equipment and Logistics (STEAL)
ID: SHOP-PR-25-001071Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI - REDSTONE ARSENALREDSTONE ARSENAL, AL, 35898, USA

NAICS

Service Establishment Equipment and Supplies Merchant Wholesalers (423850)

PSC

MISCELLANEOUS MATERIALS HANDLING EQUIPMENT (3990)

Set Aside

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

    The Department of Justice's Federal Bureau of Investigation (FBI) is seeking proposals for the Strategic Tactical Equipment and Logistics (STEAL) program, aimed at acquiring tactical equipment and associated logistics services. This procurement will support the FBI's operational needs, providing essential items such as protective gear, communication devices, and survival equipment through a multiple award, Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contract is designated as a total small business set-aside with an estimated funding amount of up to $57.5 million, and proposals are due by June 13, 2025, at 11:00 PM. Interested parties can contact Brian Ames at bames@fbi.gov for further information.

    Point(s) of Contact
    Brian Ames
    bames@fbi.gov
    Files
    Title
    Posted
    The document is an amendment/modification notice for a federal solicitation issued by the Federal Bureau of Investigation, detailing changes to the due dates for submitting questions and proposals related to the RFP numbered SHOP-PR-25-001071. The amendment specifies that questions are now due by 11:00 PM CT on May 23, 2025, and proposals must be submitted by 11:00 PM CT on June 10, 2025. It outlines the requirements for offering acknowledgment, stating that offers must confirm receipt of the amendment to avoid rejection. The modification section clarifies that while terms remain unchanged, the contractor's signature is not required for solicitation amendments. This notice underscores the importance of compliance with the updated deadlines as part of the procurement process, illustrating standard practices in government RFP amendments and contract modifications to ensure clarity and facilitate participation from potential contractors.
    The document is an amendment/modification of a solicitation or contract relevant to the Federal Bureau of Investigation. It outlines several key changes being made to the solicitation, including the addition of FAR 52.225-8 regarding Duty-Free Entry, the deletion of the "Preference for Certain Domestic Commodities" clause, and the removal of FAR 52.219-33. Additionally, the North American Industry Classification System (NAICS) code will be updated to 333316. The amendment sets the effective date for these changes as May 27, 2025, and emphasizes the necessity for contractors to acknowledge receipt of this amendment promptly to avoid rejection of their offers. Detailed instructions provide guidance on how to respond to the amendment, including methods for submitting acknowledgments and the requirements for modifying previously submitted offers. Overall, the document serves to clearly communicate changes in solicitation conditions, ensuring compliance with federal guidelines while facilitating contractors' bidding processes in government procurements.
    This document is an amendment/modification form relating to a federal procurement process. It specifically addresses changes to a solicitation or contract, detailing an amendment to the initial terms. The primary change indicated in this modification is the adjustment of the North American Industry Classification System (NAICS) to 335999, which relates to “All Other Miscellaneous Electrical Equipment and Component Manufacturing.” The amendment clarifies the effective date, method of acknowledgment for offers, and instructions for contractors on how to respond. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered. Furthermore, it specifies that while the contract remains unchanged in all other aspects, this amendment's purpose is to update the NAICS code relevant to the project. Overall, this is a procedural document designed within the context of government RFPs, facilitating necessary administrative changes to procurement processes while ensuring compliance from contractors.
    This document is an amendment/modification of a solicitation/contract pertaining to the Federal Bureau of Investigation (FBI). It specifically modifies the due date for submission of offers, extending it to June 13, 2025, at 11:00 PM. The amendment outlines several administrative instructions, including how contractors should acknowledge receipt of this amendment, procedures for changing previously submitted offers, and requirements for the contractor to sign and return copies of the document. The form specifies that all other terms and conditions of the original solicitation remain unchanged. This clarity helps ensure compliance and understanding among bidders, emphasizing the importance of acknowledging amendments in competitive bidding processes. Overall, the amendment streamlines communication and maintains the integrity of the solicitation process while facilitating participation from potential contractors.
    The document outlines a list of manufacturers and their corresponding part numbers, primarily related to tactical and safety equipment as part of a federal Request for Proposal (RFP) or grant process. It includes descriptions of a diverse range of items, such as tactical gear, tools, medical supplies, and safety equipment. Each entry specifies the manufacturer, part number, and a brief description of the product. This appears to be a catalog of potential suppliers and products needed for government contracts, possibly in response to public safety or law enforcement requirements. Additionally, the latter part of the document specifies a scope of work related to preventative maintenance for a trailer, emphasizing the need for a pricing structure that covers travel costs, parts, and service. This maintenance request underscores the logistical requirements associated with the acquisition of government equipment and highlights the importance of ongoing equipment care in operational readiness. Overall, the document serves as a procurement reference for identifying suppliers and their offerings while indicating the necessity for proper maintenance and servicing of essential equipment used in government operations.
    The document lists various tactical and safety equipment products, including their manufacturers, part numbers, and descriptions. It encompasses a wide range of items such as trauma pouches, tactical holsters, emergency medical supplies, night vision goggles, and communication devices. The items are primarily sourced from specialized manufacturers, indicating a focus on high-performance gear suited for military, law enforcement, and first responder applications. The document also includes price considerations for certain items, mentions service scenarios, and highlights a specific preventative maintenance requirement for a trailer, demonstrating the operational needs of government agencies in the field. Overall, this compilation serves as a reference for federal and state agencies to procure essential tactical gear and supplies, emphasizing requirements for quality and functionality in high-stakes environments. The structured format aids in a quick assessment of the available products and their applications within government operations.
    The document outlines a comprehensive list of items, including part numbers and descriptions, from various manufacturers intended for procurement by federal, state, or local government agencies. The items range from tactical equipment and accessories to maintenance supplies, emphasizing their use for law enforcement, emergency services, and military applications. Each entry includes information on the manufacturer, specific item needs, pricing, and associated service scenarios—such as preventive maintenance. The document also specifies expected services, indicating that contractors must ensure the total cost covers travel, parts, and labor for the services outlined. This procurement list reflects a focus on equipping personnel with necessary gear and enabling efficient maintenance, critical to operational effectiveness in public safety and defense contexts. The structured organization of manufacturer details, item specifications, and service requirements provides clarity for decision-makers reviewing proposals from vendors.
    The Federal Bureau of Investigation (FBI) is issuing a Past Performance Questionnaire as part of its procurement process for acquiring specific services. The purpose of this questionnaire is to evaluate an Offeror's past performance based on the experiences shared by previous clients or contractors. Respondents are asked to fill out a Past Performance Rating Form, which includes providing detailed information about the contractor, the project, and performance metrics such as quality of service, schedule adherence, cost control, business relationships, management of key personnel, and utilization of small businesses. Each performance criterion is rated on a scale from "Exceptional" to "Unsatisfactory," and additional comments are encouraged for ratings of "Marginal" or "Unsatisfactory." Completed forms should be sent directly to designated contracting officers to facilitate the evaluation process. Overall, this questionnaire is aimed at ensuring that the FBI can select contractors that meet their established performance standards and expectations.
    The document outlines a comprehensive procurement process for government contracts, detailing various aspects of item orders including the identification of products, manufacturers, compliance measures, pricing, and delivery logistics. Key highlights include item descriptors, manufacturing details, requested delivery dates, shipping costs, and vendor pricing structures. It emphasizes specifications such as Buy America/TAA compliance and the country of origin to ensure adherence to government regulations. The document also includes provisions for alternatives, emphasizing the flexibility needed in procurement. Overall, this file serves as a systematic framework for managing procurement requests and ensuring compliance and cost-efficiency in government contracting processes, crucial for transparency and accountability in federal, state, and local government operations.
    The document outlines a government solicitation for sealed offers related to a contract, which falls under a Rated Order pertaining to the Defense Priorities and Allocations System (DPAS). It details essential aspects such as the contract and solicitation numbers, the issuance date, contact information for inquiries, and submission guidelines for offers. The solicitation includes various sections covering evaluation factors for awards, instructions and conditions for offerors, and essential attachments. Offerors are required to agree to deliver items within a specified timeframe and acknowledge any amendments to the solicitation. Key contractual aspects include payment terms and invoice submission instructions. The document not only serves as a formal request for proposals but also provides a framework to guide compliance and procedural adherence among bidders, reflecting structured procurement practices within federal contracting.
    The Department of Justice's Federal Bureau of Investigation (FBI) has issued a Request for Proposal (RFP) for the Strategic Tactical Equipment Acquisition and Logistics (STEAL) program, aimed at procuring tactical equipment and associated logistics services. This contract seeks to support the FBI's operational needs both within the United States and internationally, supplying items such as protective gear, communication devices, and survival equipment. The contract will be structured as a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ), with a base period of performance for one year, extendable to four additional years. It is designated as a total small business set-aside, with estimated funds totaling up to $57.5 million. Contractors must adhere to stringent quality control and packaging standards, ensuring compliance with federal regulations such as the Trade Agreements Act and Buy American Act. The contractors will also be required to provide monthly usage reports, respond promptly to delivery orders, and maintain a 95% line item fill rate and 90% on-time delivery rate. Overall, this RFP emphasizes the FBI's commitment to securing high-quality tactical support while adhering to procurement best practices and regulatory compliance.
    The document addresses inquiries related to a maintenance system identified as SHOP-PR-25-001071. It confirms that Delray Industries in Winchester, VA, has provided maintenance since the system's acquisition in 2012, and it indicates that no modifications have been made to the trailer as part of the contract stipulations. Additionally, the document mentions that the frequency and number of Delivery Orders under the STEAL contract will be based on needs as they are recognized and funded, making it difficult to predict specifics. These inquiries are relevant to a federal contract proposal, reflecting the focus on maintaining equipment integrity and planning service needs in a government procurement context. Ensuring transparency around maintenance history and understanding the delivery order process aligns with best practices in federal grants and RFPs, preparing for potential service requirements in the future.
    The document pertains to the solicitation SHOP-PR-25-001071 issued by the FBI, addressing the STEAL contract for various procurement needs. Key highlights include the clarification of contract maintenance, with Delray Industries as the previous maintainer since 2012, and an inability to provide historical demand quantities for certain items. Offerors are informed to assume a quantity of one for items listed in the Price Evaluation List (PEL) and are not required to supply all items but should meet at least 90% of acceptable quoted items for bidding consideration. The contract endorses compliance with the Trade Agreement Act (TAA) but states requirements can vary based on item usage. The solicitation anticipates about ten awards, with approximately 3,000 items ordered monthly, primarily through Government Purchase Card orders. Specifications include no limit on proposal pages, a requirement for incidental services, and the opportunity for small businesses, acknowledging that Nonmanufacturer Rule clauses will be removed. Clarifications are offered regarding the need for technical expertise documentation, compliance with sourcing restrictions, and response time obligations. This comprehensive outline reflects the FBI’s expectations for prospective vendors regarding qualifications, pricing, and procurement procedures, emphasizing compliance with applicable regulations and flexibility in service provision.
    The document outlines the questions and answers related to the solicitation SHOP-PR-25-001071 for the FBI’s STEAL contract. It addresses various issues including maintenance records, delivery order estimates, compliance with sourcing restrictions, and pricing structures for a specified list of items. The FBI expects around 10 awards based on market research, and all field offices will utilize this contract. Offerors are to submit proposals detailing pricing for items without needing to cover all listed products. The document specifies that past performance questionnaires are not mandatory, and a lack of past experience won't detrimentally affect proposals. Clarifications regarding incidental services, technical qualifications, and requirements for product modifications ensure compliance with federal regulations. The government encourages small businesses’ participation and outlines expectations for response capabilities to delivery orders. Moreover, it provides instructions for attaching past performance evidence and clarifies pricing methodologies to enhance operational efficiency. Overall, the document serves to guide potential contractors in understanding requirements, expectations, and compliance issues for effective proposal submission in the context of federal RFPs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    LEEDS PMA
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source, firm-fixed-price contract with LEEDS Precision Instruments, Inc. for the purchase of extended warranty and software upgrades for the Evofinder System 848. This procurement aims to ensure timely and cost-effective preventive maintenance, instrument upgrades, and support for the Evofinder® Automated Ballistic Identification System, which is critical for the FBI's laboratory operations. Interested parties may submit capability statements or proposals to the primary contact, Adelle Bolton, via email at albolton@fbi.gov by 08:00 AM EST on December 13, 2025, to express their interest in this opportunity. Vendors must be registered in the System for Awards Management (SAM.gov) to be eligible for government contracts.
    DJF-23-1200-LTL-1
    Buyer not available
    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.
    Basic Unmanned Aerial System
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from potential vendors regarding the procurement of a Basic Unmanned Aerial System (UAS), specifically a ruggedized, backpack portable quadcopter. The UAS must meet specific requirements, including a minimum flight time of 30 minutes, compliance with the National Defense Authorization Act (NDAA), an Ingress Protection rating of IP53 or better, video recording capabilities, and an integrated Ground Control Station with a display, all within a target price of $12,000 or less. This initiative is crucial for enhancing the FBI's operational capabilities, and interested parties are invited to submit capability statements by December 23, 2025, and direct any questions to Brian Ames at bames@fbi.gov by December 10, 2025.
    Facilities Technology Management
    Buyer not available
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) for its Facilities Technology Management (FTM) initiative. The primary objective is to gather insights and capabilities for contractor support related to TRIRIGA operations and maintenance until its End of Life in September 2027, as well as to conduct a comprehensive system assessment to optimize the FBI's facilities technology portfolio. This assessment will evaluate existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment to recommend optimal systems and develop an agile implementation plan for transitioning away from TRIRIGA. Interested vendors are required to submit a capabilities statement by December 19, 2025, and may have the opportunity to participate in a Reverse Industry Day for select vendors. For further inquiries, interested parties can contact Tammy Clark at tjclark2@fbi.gov or Marie Agrinzoni at meagrinzoni@fbi.gov.
    UAS Controlled Via Fiber Optic Cable
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking vendors capable of producing Unmanned Aerial Systems (UAS) that are controlled via fiber optic cable and compliant with the National Defense Authorization Act (NDAA). This Request for Information (RFI) aims to identify potential suppliers who can meet these specifications, emphasizing the need for UAS that operate effectively between the aircraft and the Ground Control Station (GCS). The procurement is crucial for enhancing operational capabilities in surveillance and reconnaissance missions. Interested parties, both small and large businesses, must submit capability statements by December 23, 2025, and direct any questions regarding the RFI in writing by December 10, 2025, to Brian Ames at bames@fbi.gov.
    RXD-FB-FUZE
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking a sole source procurement for flashbangs due to an urgent need as their offices are running low on this critical equipment. The procurement falls under the category of miscellaneous weapons, with the primary place of performance located in Washington, DC. Flashbangs are essential for law enforcement operations, providing a tactical advantage during high-stress situations. Interested vendors should contact Ryan Dolan at RDOLAN@FBI.GOV for further details regarding this opportunity.
    Field, Background-Investigative Services
    Buyer not available
    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.
    Federal Bureau of Investigation (FBI) - Office of Chief Information Officer (OCIO) Innovation Ventures Office (IVO) Broad Agency Announcement (BAA)
    Buyer not available
    The Federal Bureau of Investigation (FBI) is seeking innovative research and development proposals through its Office of Chief Information Officer (OCIO) Innovation Ventures Office (IVO) Broad Agency Announcement (BAA) for Enterprise Problem Sets. This BAA invites science and technology firms and educational institutions to submit white papers addressing key technological advancements in areas such as Artificial Intelligence, counterintelligence, mission-enhancing science and technology, and organizational effectiveness. The opportunity is crucial for enhancing the FBI's capabilities in cybersecurity, data management, and operational support, with submissions accepted until May 16, 2026. Interested parties should direct their inquiries and white papers to Marie Agrinzoni at meagrinzoni@fbi.gov, adhering to the submission guidelines outlined in the BAA document.
    Field, Background-Investigative Services (Multiple Award)
    Buyer not available
    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.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.