Law Enforcement Badges
ID: 70US0925R70093344Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS SECRET SERVICEU S SECRET SERVICEWASHINGTON, DC, 20223, USA

NAICS

All Other Fabricated Metal Product Manufacturing (33299)

PSC

BADGES AND INSIGNIA (8455)
Timeline
    Description

    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking proposals for the procurement of high-quality law enforcement badges, cap plates, and badge holders. The solicitation aims to establish a firm-fixed-price contract for a minimum of 500 badges, with the requirement for the badges to be durable, custom-designed, and backed by a lifetime warranty against manufacturing defects. These badges are essential for law enforcement personnel and must adhere to specific design and material standards set by the USSS. Proposals are due by noon EST on September 1, 2025, and must be submitted via email to the designated contacts, Crystal Pressley and Shauntynee Penix. This opportunity is set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and includes a base year with four option years for continued supply.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation, identified as a Women-Owned Small Business (WOSB) opportunity, details a Request for Proposal (RFP) from the United States Secret Service (USSS) for the procurement of various badges, cap plates, and badge holders. The solicitation, numbered 70US0925R70093344, was issued by Shauntynee Penix and has an offer due date of August 27, 2025, at 12:00 local time. The acquisition is set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) with a NAICS code of 332999. The contract includes a base year and four option years for the supply of large and small USSS badges with interchangeable banners, Uniform Division (UD) cap plates, duty leather double ID and badge cases, and leather belt clip badge holders. All items are to be delivered to the USSS Headquarters in Washington D.C. Invoices are to be submitted via the Internet Payment Platform (www.ipp.gov). This document outlines the specific quantities of each item required for the base year and each subsequent option year, along with general contract clauses and solicitation provisions.
    This government solicitation, identified as a Request for Proposal (RFP) for Commercial Products and Services, is specifically set aside for Women-Owned Small Businesses (WOSB). The acquisition, referenced by solicitation number 70US0925R70093344, is managed by the US Secret Service (USSS) and has an offer due date of September 1, 2025. The core of the RFP involves the procurement of various USSS-related items for a base year and four option years, all to be delivered to the USSS HQ in Washington D.C. These items include large and small USSS badges with interchangeable banners for different ranks (e.g., Special Agent, Officer, Chief), Uniform Division (UD) cap plates, duty leather double ID and badge cases, and leather belt clip badge holders. Quantities vary by item and year, with 6300 units for most badge and case items in the base year, reducing to 1100 units in option years, and cap plates at 2000 in the base year and 500 in option years. Payment will be processed via the Internet Payment Platform (IPP).
    The government is soliciting proposals for law enforcement badges, aiming to award a firm-fixed-price task order for five ordering periods. Proposals will be evaluated on a tradeoff basis across three phases: Phase 1 (Warranty and Delivery), Phase 2 (Sample Quality), and Phase 3 (Technical, Corporate Experience, and Price). Offerors must submit a proposal demonstrating their capabilities, including rates and pricing, adhering to a 15-page limit, and a 12-point font. The minimum guarantee is 500 badges. Proposals are due by noon EST on September 8, 2025, via email to crystal.pressley@usss.dhs.gov and shauntynee.penix@usss.dhs.gov. The government intends to make an award without discussions, emphasizing the importance of initial best terms. Non-price factors combined are significantly more important than price, and non-price factors are of equal importance.
    This document outlines the instructions for offerors regarding a 5-year Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for law enforcement badges, to be awarded on a tradeoff basis. Proposals, due by noon EST on September 1, 2025, via email, must include a Technical Proposal, Price Proposal, and Past Performance. Key evaluation factors are Warranty, Delivery, Technical approach, Recent Relevant Corporate Experience, and Price. Non-price factors combined are significantly more important than price and are of equal importance among themselves. Proposals are limited to 15 pages (8.5 x 11, 12-point font), with specific page limits for technical and experience sections. The initial badge order will be the largest, with a minimum guarantee of 500 badges. Offerors must provide production samples before the first order and account for annual badge cost escalation. The government intends to award without discussions, so initial proposals should contain the best terms.
    This government file outlines various contract clauses applicable to federal acquisitions, particularly focusing on commercial items and services. It is divided into two main sections: clauses incorporated by reference and clauses provided in full text. Key areas covered include System for Award Management, commercial and government entity code maintenance, prohibitions on contracting for certain telecommunications and surveillance equipment, and contract terms and conditions for commercial items. The document also details regulations related to small business concerns, labor standards such as equal opportunity and combating human trafficking, and financial provisions like electronic funds transfer. Additionally, it specifies rules regarding the use of the U.S. Secret Service name and electronic submission of payment requests. The file also addresses options for increasing quantity or extending contract terms and outlines the Comptroller General's right to examine contractor records for certain contracts. This compilation of clauses ensures compliance with federal laws, executive orders, and agency-specific requirements in government contracting.
    The document addresses questions and answers regarding a government solicitation for law enforcement badges. Key points include the government's refusal to accept badges manufactured in China, the mandatory requirement of a lifetime warranty as per solicitation terms, and the need for official designs or drawings to prepare accurate quotations. Additionally, the government will not confirm the acceptability of an alternative brass material (64–68% Cu) without proper documentation explaining the differences and potential issues associated with it. For viewing the badge and obtaining further instructions, interested parties are directed to email crystal.pressley@usss.dhs.gov.
    The United States Secret Service (USSS) is seeking a contractor for the acquisition of high-quality, durable law enforcement badges, belt-worn badge holders, and credential cases. This Statement of Work (SOW) outlines the requirements for manufacturing custom badges, including large and small USSS badges and USSS Uniformed Division (UD) cap plates, all with specific material, finish, and design specifications. All badges must feature interchangeable lower banners for various titles and include a lifetime warranty against manufacturing defects under normal wear and tear, with a one to two-year guarantee for other defects. Credential cases and large badge holders require a one-year warranty. The contractor is responsible for all personnel, equipment, and supplies, with the USSS providing design drawings and serial numbering sequences. Deliveries are expected within 30 days for standard orders and one week for emergency orders, with the first order between 10,000 to 12,000 badges due within two months. Strict security controls, a quality control plan, and first article testing are mandatory to ensure accountability and quality. The contractor must safeguard government-furnished dies and information, and destroy any non-conforming products. The place of delivery is AOD/AGB, Attn: Brittany Timney, 245 Murray Lane, MS 8410, Washington, DC 20223. The contractor must designate a point of contact responsible for the badges.
    Lifecycle
    Title
    Type
    Law Enforcement Badges
    Currently viewing
    Solicitation
    Similar Opportunities
    84--BADGE,QUALIFICATION
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 60,000 qualification badges under solicitation number NSN 8455000822345. This procurement is set aside for small businesses and aims to provide essential individual equipment and insignia for military personnel. The solicitation is available electronically, and all responsible sources are encouraged to submit their quotes electronically by the specified deadline, which is 138 days after the award date. For inquiries, interested parties can contact the buyer via email at DibbsBSM@dla.mil.
    DHS-wide Uniforms III Contract
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the DHS-wide Uniforms III Contract, managed by the U.S. Customs and Border Protection (CBP). This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the supply of uniforms and quartermaster services for approximately 135,000 DHS employees across various components, ensuring compliance with domestic sourcing requirements under the Kissell Amendment. The contract will include a base period of three years, with options for additional years, and will require offerors to submit proposals that adhere to detailed specifications outlined in the solicitation documents. Interested parties should direct their inquiries to Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov, with proposals due by the specified deadline.
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Buyer not available
    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.
    Request for Information: Professional Services (Engineers and Financial/Program Management)
    Buyer not available
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking responses to a Request for Information (RFI) for professional services related to engineering and financial/program management. The USSS aims to identify a strategic partner to provide technical and project management support services for ongoing and future construction projects at the White House Complex and other protected sites in the National Capital Region. This initiative is critical for integrating protective equipment and infrastructure into construction efforts, requiring personnel with Top Secret security clearances and expertise in various engineering disciplines, acquisition/technical writing, and financial management. Interested parties should submit their responses detailing their capabilities and relevant experience by December 9, 2025, to Sarah Diamond at sarah.diamond@usss.dhs.gov and Yu-Jin Kim at yu-jin.kim@usss.dhs.gov.
    F550 Retrofitting
    Buyer not available
    The United States Secret Service (USSS) is conducting a Request for Information (RFI) to identify potential vendors for retrofitting F-550 Ford Super Duty vehicles into Mobile Command Vehicles. The retrofit will involve significant modifications, including the installation of a rear conference room, upgraded HVAC systems, leveling jacks, a telescopic mast with a camera system, enhanced emergency lighting, and a comprehensive communication and computer network system. This initiative is crucial for enhancing operational capabilities during protective and investigative missions. Interested parties are encouraged to submit their responses by December 30, 2025, and may contact Aisha Collins or Jade Gaston via email for further inquiries.
    FBI Police Uniforms
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity involves establishing a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for one base year and four option years, with a total estimated value not to exceed $2,500,000, and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance among FBI personnel, which is critical for operational effectiveness and public identification. Interested vendors must submit proposals, including samples, by January 9, 2026, and can direct inquiries to Victoria McDaniels at vmcdaniels@fbi.gov.
    Armed Protective Security Officer Services at Customs and Border Protection Locations throughout Puerto Rico for Federal Protective Service
    Buyer not available
    The Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is soliciting proposals for Armed Protective Security Officer (PSO) services at Customs and Border Protection (CBP) facilities throughout Puerto Rico. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with fixed hourly rates, covering an estimated 750,000 service hours over a five-year period, with a minimum guarantee of $100,000. This procurement is a competitive 8(a) small business set-aside, emphasizing the importance of security services in safeguarding federal facilities. Interested parties must submit proposals by December 8, 2025, at 3:00 PM Eastern Time, and are encouraged to contact Kimberly Skiotys at kimberly.skiotys@fps.dhs.gov for further information and to attend a pre-proposal conference on November 21, 2025.
    Travel Management Center (TMC) Support Services
    Buyer not available
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking to procure Travel Management Center (TMC) Support Services to assist in establishing effective travel management processes that meet functional, technical, and security requirements. This procurement is critical for maintaining mission-critical contractor support while transitioning to a new competitive contract, with plans to competitively procure these services by January 2024. The current contract is a sole-source justification to CW Government Travel, Inc. to ensure continuity and cost savings during this transition period. Interested vendors can reach out to primary contact D'Andre Taylor at dandre.taylor@usss.dhs.gov or secondary contact Shauntynee Penix at shauntynee.penix@usss.dhs.gov for further information.
    2024 Department of Homeland Security (DHS) Directorate of Science and Technology (S&T) Long Range Broad Agency Announcement (LRBAA) 24-01
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals through its Long Range Broad Agency Announcement (LRBAA) 24-01, aimed at funding scientific and technical projects that enhance homeland security capabilities. This five-year initiative, open until May 31, 2029, focuses on three types of research: near-term component gaps, foundational science, and future needs/emerging threats, covering key mission areas such as Counter Terrorism, Border Security, and Cyberspace Security. The submission process involves a three-step approach: Industry Engagement, Virtual Pitch, and Written Proposal, with eligibility extended to various entities, including small businesses. Interested parties can contact John Whipple at john.whipple@hq.dhs.gov or the LRBAA Program Mailbox at LRBAA.Admin@HQ.DHS.GOV for further information.
    84--INSIGNIA,SERVICE CA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 10,000 units of service insignia (NSN 8455015029317). This solicitation is part of a total small business set-aside and aims to provide essential insignia for military personnel, which are critical for identification and uniformity within the armed forces. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received in a timely manner. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DLA's electronic solicitation platform.