LE-FAMS Tactical Gear/Equipment (Brand Name)
ID: 70T05024Q6115N010Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFTRANSPORTATION SECURITY ADMINISTRATIONMISSION ESSENTIALSSpringfield, VA, 20598, USA

NAICS

Apparel Accessories and Other Apparel Manufacturing (315990)

PSC

INDIVIDUAL EQUIPMENT (8465)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking quotes from qualified 8(a) Program Participants for the procurement of tactical gear and equipment for the Law Enforcement Federal Air Marshal Services (LE-FAMS). This procurement aims to acquire specialized brand-name items, including ballistic armor plates and communication devices, essential for enhancing operational efficiency and safety in transportation security operations. The contract will be awarded based on a Lowest Price Technically Acceptable evaluation process, with firm fixed-price quotes due by 12:00 PM EST on September 23, 2024. Interested vendors must ensure they are registered in the System for Award Management (SAM) and can direct inquiries to Contracting Officer Chantay Lynch at Chantay.Lynch@tsa.dhs.gov or by phone at 609-813-3040.

    Point(s) of Contact
    Files
    Title
    Posted
    The Transportation Security Administration (TSA) seeks to issue a purchase order for tactical gear and accessories exclusively to an 8(a) Program Participant under FAR Subpart 13.5, citing a lack of competition due to unique requirements. The proposed action aims to acquire specialized equipment essential for the Federal Air Marshal Service (FAMS) operations, which includes standard items like radios and firearms. The necessity for brand name procurement ensures compatibility and standardization, which are vital for operational efficiency and safety. Market research shows that existing vendors are capable of fulfilling these needs, yet competition is constrained to 8(a) participants. A sources sought notice elicited a single response, reinforcing the need for the established brand names to avoid risks related to equipment functionality and support. Ultimately, there's an emphasis on the urgency of acquiring these items through competitive measures to ensure fair pricing and maintain operational integrity within law enforcement duties.
    The document outlines a federal Request for Proposal (RFP) for tactical gear and equipment, detailing the specifications and estimated quantities required for law enforcement agencies. The RFP includes various items categorized by part numbers and descriptions, indicating a significant order of tactical gear such as armor plates, holsters, and communication devices, totaling thousands of units across multiple types and models. Specific products like Motorola's remote speaker microphone and tactical holsters from Tenicor are highlighted, showcasing diversity in the equipment. Additionally, the document mentions a base period and option periods for the orders, suggesting a multi-year procurement plan aimed at equipping law enforcement personnel effectively. The structure consists of itemized lists with quantities and placeholders for pricing, indicating a comprehensive approach towards fulfilling operational needs in law enforcement. Overall, this RFP aims to streamline the acquisition of essential tactical gear, enhancing operational efficiency and officer safety in the line of duty.
    The Transportation Security Administration (TSA) is seeking bids for various law enforcement equipment to equip the Law Enforcement Federal Air Marshal Service (LE-FAMS) for its expanded role in ensuring transportation security across the United States. This procurement includes a range of tactical equipment, notably ballistic armor plates and communication devices, with specific quantities and model numbers provided. The items will be acquired through the DHS Unison Marketplace reverse auction. Key requirements include timely delivery within 60 days post-order, with flexibility for partial shipments. The contractor is responsible for quality assurance, adhering to packing and marking instructions, and providing detailed electronic reports for serialized items. Warranty terms vary by product, ranging from one to unlimited lifetimes. This request for proposals is indicative of the increasing responsibilities of Federal Air Marshals beyond traditional in-flight security, reflecting a broader approach to national security operations. The document structures the requirements into distinct sections, covering purpose, background, technical specifications, special instructions, and quality assurance, ensuring comprehensive guidelines for potential contractors.
    The Transportation Security Administration (TSA) seeks quotations for brand-name tactical gear and equipment for the Law Enforcement - Federal Air Marshal Services (LE-FAMS) under solicitation 70T05024Q6115N010. This is a combined synopsis/solicitation intended only for participants of the Small Business Administration's 8(a) Program. Interested suppliers must submit firm fixed-price quotes to the Contracting Officer, including a detailed breakdown of costs and technical compliance as specified in the attached Statement of Work. Quoters are encouraged to propose additional discounts, and evaluations will follow a Lowest Price Technically Acceptable process. Submission deadlines for questions and quotes are set for September 19 and September 23, 2024, respectively. The contract will be firm-fixed price, spanning 12 months with an optional additional 12-month period. All vendors must register in the System for Award Management (SAM) to be eligible. The procurement aims to secure high-quality tactical items while ensuring competitiveness and adherence to federal guidelines, such as compliance with various Federal Acquisition Regulation clauses related to warranties and specific procurement policies. The TSA emphasizes that it is tax-exempt and specifies invoice submission procedures to facilitate payment promptly. This solicitation exemplifies the TSA's commitment to enhancing operational capabilities through structured and regulated procurement methods.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USMS IDIQ Body Armor
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS), a component of the Department of Justice, is seeking proposals for a Single Award Indefinite Delivery, Indefinite Quantity (SA-IDIQ) contract to supply ballistic protective systems (body armor) for its Deputy U.S. Marshals. The contract aims to provide essential body armor components necessary for the USMS to fulfill its law enforcement responsibilities, including court security, fugitive apprehension, and witness protection. This procurement is critical for ensuring the safety and operational readiness of USMS personnel, with proposals due by October 4, 2024. Interested vendors must contact Julie Simpson at julie.simpson@usdoj.gov for the full solicitation and are encouraged to submit any questions by September 18, 2024.
    WFO Firing Range Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking qualified vendors to provide indoor firing range services in Chantilly, Virginia. The procurement aims to secure a facility that meets local, state, and federal regulations, including compliance with lead exposure and OSHA standards, and is equipped with a minimum of 10 distinct firing positions and classroom space for training purposes. This contract is crucial for ensuring TSA personnel receive safe and effective live-fire training, with an expected usage of approximately 800 hours annually. Interested contractors must submit their quotes by September 12, 2024, at 12:00 PM Eastern Time, and can direct inquiries to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov.
    Washington Metro Range services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Transportation Security Administration (TSA), is seeking qualified contractors to provide firing range services located within 50 miles of Springfield, Virginia. The procurement aims to facilitate mandatory firearms training and quarterly qualifications for TSA personnel, requiring a live-fire training facility with at least 10 distinct firing positions, compliance with local, state, and federal regulations, and adequate facilities for firearms cleaning and training. This initiative underscores TSA's commitment to maintaining high training standards while ensuring safety and environmental compliance. Interested contractors must submit their quotes by September 11, 2024, at 12:00 PM Eastern Time, and can direct inquiries to Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov.
    ASHER Kits_Maxwell Air Force Base Fire Department
    Active
    Dept Of Defense
    The Department of Defense, specifically the 42nd Contracting Squadron at Maxwell Air Force Base, is seeking quotes from qualified small businesses for the procurement of Ballistic Protective Equipment (ASHER Kits) to enhance emergency response capabilities during active shooter incidents. The requirement includes specific items such as the F1R Universal Fire Carrier and NIJ Level IIIA ballistic armor panels, all compliant with NFPA 3000 standards, aimed at ensuring the safety and operational readiness of Fire & Emergency Services and Security Forces personnel. Interested contractors must submit their quotes by 12:00 P.M. CST on September 20, 2024, to the designated contacts, Dinah Young-Perdue and Donald Crawford, with the procurement being a total small business set-aside under NAICS code 315990.
    24TTO3102 Forensic Light Source
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking quotes for the procurement of a Forensic Light Source Kit, identified as the Crime-Lite 82L PRO Kit. This procurement aims to acquire essential forensic equipment that will enhance law enforcement training and operations, ensuring that the equipment meets specific operational and warranty requirements. Interested vendors must submit their quotes via email by 1:00 PM ET on September 24, 2024, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Erin Johnson at erin.johnson@fletc.dhs.gov or by phone at 912-267-3297.
    Transportation Security Administration’s Open Architecture Initiatives
    Active
    Homeland Security, Department Of
    The Transportation Security Administration (TSA) is seeking industry participation in its Open Architecture (OA) initiatives, aimed at enhancing the efficiency and interoperability of transportation security systems. This opportunity invites vendors to provide feedback on next-generation OA solutions, including the Digital Imaging and Communications in Security (DICOS) standard and the Open Platform Software Library (OPSL), to inform TSA's implementation strategy and future requirements. The TSA's OA approach is critical for modernizing security screening processes, ensuring agility in response to evolving threats, and improving the overall passenger experience. Interested parties should submit their comments using the provided forms by September 30, 2024, and respond to the Request for Information (RFI) by June 3, 2024, with inquiries directed to Siobhan Mullen at siobhan.mullen@tsa.dhs.gov or Siobhan Lawson at Siobhan.Lawson@tsa.dhs.gov.
    84--Ballistic Helmets
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified vendors to provide ballistic helmets through a combined synopsis/solicitation process. The procurement aims to acquire commercial items that meet or exceed specified requirements, with the solicitation number PR20143505 issued as a Request for Quote (RFQ). These helmets are critical for ensuring the safety and protection of personnel in border enforcement operations. Interested sellers must submit their bids via the Unison Marketplace platform by September 19, 2024, and can direct any inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    25--ARMOR,TRANSPARENT,V
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 19 units of transparent armor (NSN 2541015334686). This solicitation is a total small business set-aside and aims to acquire essential vehicular equipment components that enhance protection for military vehicles. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all responsible sources may participate. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, with quotes due within 74 days after the award date.
    Request for Information, Air Cargo Screening Qualification Test Qualification Process Guide
    Active
    Homeland Security, Department Of
    Special Notice: Department of Homeland Security, Department of Transportation Security Administration is requesting information for the Air Cargo Screening Qualification Test Qualification Process Guide. The purpose of this document is to provide information about the Transportation Security Administration (TSA) Air Cargo Screening Qualification Test (ASCQT) process. This process is for Original Equipment Manufacturers interested in listing their air cargo screening devices on the TSA Air Cargo Screening Technology List (ACSTL). Air cargo transported on passenger aircraft in the United States must be screened similar to passenger checked baggage. TSA has established a qualification process to test and evaluate screening equipment to ensure it meets the standards mandated by the U.S. Congress. Devices that pass the qualification test will be placed on the ACSTL for regulated parties to use when purchasing or leasing air cargo screening equipment. This Request for Information (RFI) includes updates such as the inclusion of Visual Image inspection devices as a technology qualification group, the addition of "Fast Parcels" as a commodity type, descriptions of high-level requirements applicable to all ACSTL technology qualification groups, and expanded clarification of the Explosive Detection System (EDS) qualification process steps. The place of performance for this procurement is Arlington, VA, with the zip code 20598, in the United States. The service being procured is the qualification process for air cargo screening devices to be listed on the TSA Air Cargo Screening Technology List. This process ensures that air cargo transported on passenger aircraft in the United States is screened appropriately, similar to passenger checked baggage.
    Qualified Products List Overview and Window Openings for Checkpoint Property Screening System (CPSS)
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Transportation Security Administration is seeking qualified products for the Checkpoint Property Screening System (CPSS). The CPSS is typically used for screening and detecting prohibited items in passenger baggage at transportation checkpoints. Amendment 00001 to the Qualified Products List (QPL) Window 1 70T04019CPSSQPL-1 has been issued to provide updates, answer questions, and make additional updates to the QPL Window 1 Document. Please refer to the attached amendment for more details.