RFP - Standardized Lights and Sirens IDIQ
ID: SHOP-PR-25-001790Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Motor Vehicle Electrical and Electronic Equipment Manufacturing (336320)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

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

    The Department of Justice, through the Federal Bureau of Investigation (FBI), is seeking proposals for a Request for Proposal (RFP) titled "Standardized Lights and Sirens IDIQ," aimed at procuring emergency lighting and siren equipment. The procurement focuses on establishing a Firm-Fixed Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contract for a base period of 12 months, with the option for four additional years, emphasizing high-quality products manufactured by small businesses. This initiative is critical for outfitting FBI fleet vehicles with standardized emergency equipment, ensuring compliance with federal guidelines and enhancing public safety operations. Interested vendors must submit their proposals by June 16, 2025, with a total contract ceiling of $15.5 million and a minimum order requirement of $1,000; for further inquiries, contact Katelyn R. Haus at KRHAUS@fbi.gov.

    Point(s) of Contact
    Katelyn R. Haus
    KRHAUS@fbi.gov
    Files
    Title
    Posted
    The document outlines specifications for emergency lighting systems intended for governmental use. It details two types of LED lights, each requiring compliance with specific standards, including SAE J595 and NFPA 1901. The lights need a minimum length of 4 inches and feature programmable tri-color flash options (red, blue, white or amber). Accompanying these lights are two types of light shrouds designed for optimal installation on automotive glass, allowing angle adjustments and enhanced sealing against flashes. Additionally, it includes specifications for five different light bracket options, a 100W siren speaker that meets defined size and loudness criteria, and a three-position switch with LED indicators. The package proposed specifies the quantity needed for each component, including six units of both light types, a siren speaker, and one switch. This document is part of a request for proposal process related to government procurement for emergency response equipment, focusing on quality, adaptability, and compliance with industry standards.
    The document details a federal Request for Proposal (RFP) regarding the procurement of various lighting and siren components, including several types of light brackets for 4” LED lights. It outlines a firm-fixed-price structure for a base year and up to four optional years for continued supply. The proposal specifically lists different adjustable and surface mount brackets, light shrouds, a siren speaker, and a three-position switch, with quantities specified as one unit for all items specified in the attachment. The pricing appears to be placeholders awaiting final submissions. This procurement plan aims to standardize lighting components for efficiency in future projects, ensuring flexibility through option years for continued collaboration. The RFP represents a systematic approach to acquiring essential equipment for governmental operations, ensuring compliance and alignment with federal grant and state/local procurement protocols.
    The document is a Past Performance Questionnaire for a contractor proposal related to a Department of Justice solicitation aimed at acquiring Standardized Lights and Sirens. The questionnaire seeks input from performance references regarding the contractor's past performance and capabilities, emphasizing the importance of factual, complete, and accurate information for federal contract awards. It includes sections for background identification, evaluation criteria with performance grades ranging from Exceptional to Unsatisfactory, and areas for comments on various aspects such as ability to meet requirements, adherence to delivery schedules, and product quality. Respondents are instructed to return the completed questionnaire electronically within five business days. A minimum of two positive evaluations are required for the contractor to be considered for the award. The document underlines the confidentiality of reference identities and expects comprehensive feedback to aid in informed decision-making for the contract award process.
    The document addresses vendor inquiries regarding the RFP for the Standardized Lights and Sirens IDIQ (Notice ID: SHOP-PR-25-001790). It clarifies that installation labor is not included in this solicitation, and contractors may either manufacture or be authorized resellers of the required equipment. Subcontracting is permitted, provided it is disclosed in the initial proposal. The RFP mandates that solutions must be manufactured in the U.S. or meet TAA compliance standards, accommodating both U.S. manufacturers and resellers of U.S.-made products. Additionally, the solicitation specifies that all lights must possess programmable flash and solid-state options without requiring additional controllers. The document emphasizes the need for clarity regarding product specifications, particularly for siren speakers and their functionalities. Overall, this RFP aims to procure compliant emergency lighting and sirens, supporting both direct manufacturers and authorized resellers in contributing to public safety solutions.
    The Department of Justice, through the Federal Bureau of Investigation (FBI), has issued a Request for Proposal (RFP) for a standardized contract focused on procuring emergency lights and sirens equipment. This initiative, articulated in Solicitation No. SHOP-PR-25-001790, aims to establish a Firm-Fixed Price, Indefinite Delivery-Indefinite Quantity (IDIQ) contract for a base period of 12 months, with the possibility of four additional option periods. The emphasis is on obtaining high-quality, small business-manufactured equipment, with an overall contract ceiling of $15.5 million and a minimum order requirement of $1,000. The RFP outlines specific requirements, including delivery schedules (45 days post-order), product specifications, and monitoring of customer satisfaction. It addresses procurement conditions, including packaging, invoicing protocols, and provisions related to security risks in delivery. The FBI will prioritize orders for emergency situations and has established detailed procedures for quality assurance and reporting. This contract is specifically designated for FBI customers and supports its fleet vehicle outfitting needs, aligning with federal guidelines for the acquisition of commercial items while promoting small business engagement in government contracting.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    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.
    Motor Vehicle Operationalize RFI
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking information through a Request for Information (RFI) regarding motor vehicle operationalization (upfitting) services for law enforcement vehicles. The objective is to gather insights from industry experts on commercially available upfit options that align with CBP's specialized law enforcement operations, which include the integration of essential equipment such as lights, sirens, communication systems, and weapon storage. This initiative is crucial for enhancing the acquisition strategy and improving the efficiency and safety of law enforcement vehicle transformations. Interested vendors are invited to submit their responses by December 12, 2025, at 5:00 PM EDT, and can direct inquiries to Antwanette R. Boone-Murphy or Lloyd A. Burton via the provided contact information.
    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.
    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.
    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.
    59--LIGHT EMITTING DIOD
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Light Emitting Diodes (NSN 5980014921450), with an initial order quantity of 33 units. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum of four units. These components are critical for various electrical and electronic equipment applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors should submit their quotes electronically, and for inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The solicitation details can be accessed through the DLA's DIBBS website.
    25--FENDER,VEHICULAR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of vehicular fenders, specifically NSN 2510015115076. The contract will involve an Indefinite Delivery Contract (IDC) for a total of six units, with a guaranteed minimum quantity of one, and an estimated four orders per year, with a total contract value not exceeding $350,000. These fenders are critical components for military vehicles and will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    62--SEARCHLIGHT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 49 units of the SEARCHLIGHT, identified by NSN 6230012317602. This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and is set aside for small businesses under the SBA guidelines. The SEARCHLIGHTs are critical for various military applications, and items will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.