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.