CIRG - Target Vehicles
ID: 15F06726Q0000042Type: Solicitation
Overview

Buyer

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

NAICS

Used Car Dealers (441120)

PSC

PASSENGER MOTOR VEHICLES (2310)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting offers for a Firm Fixed Price (FFP) contract to provide 75 target vehicles annually for its Hazardous Devices School (HDS) located at Redstone Arsenal, Alabama. The contract requires the delivery of three shipments of 25 salvaged vehicles each, which are essential for training public safety bomb technicians, with deliveries scheduled quarterly in February, May, and August. This procurement is a Total Small Business Set Aside under NAICS Code 441120, and quotes are due by January 14, 2026, at 11:00 AM EST. Interested contractors should contact Javia Warner at jswarmer@fbi.gov or Treyton Miller at tmmiller3@fbi.gov for further details.

    Point(s) of Contact
    Javia Warner
    jswarmer@fbi.gov
    Treyton Miller
    tmmiller3@fbi.gov
    Files
    Title
    Posted
    The Federal Bureau of Investigation (FBI) is seeking a contractor to provide 75 "Target Vehicles" annually for its Hazardous Devices School (HDS) in Redstone Arsenal, AL. These salvaged or discarded vehicles will be used for practical exercises to train and certify public safety bomb technicians. The contract includes a one-year base period and four option years. The vendor must deliver 25 vehicles quarterly (21 SUVs or 4-door sedans, and 4 minivans) in February, May, and August, and remove them after use. Vehicles must be free of debris, fluids, and batteries, with rolling tires, turnable steering columns, intact windows, operable trunks, minimal body damage, and a key. Invoicing will be done electronically through the Invoice Processing Platform (IPP) quarterly after delivery and removal. The contractor must also provide quarterly status reports. Access to Redstone Arsenal is required, and travel outside Huntsville, AL, and other direct costs are not authorized.
    This government file details a request for proposal (RFP) from the Federal Bureau of Investigation (FBI) for vehicle delivery and removal services. The RFP, structured by Contract Line Item Numbers (CLINs), outlines requirements for a base year and four option years. For each year, the vendor is responsible for delivering and removing vehicles (21 SUVs or 4-door sedans and 4 minivans) to and from HDS (Redstone Arsenal, AL) during the 2nd (February 1-15), 3rd (May 1-15), and 4th (August 1-15) quarters. Offerors must accurately complete the provided pricing form, filling in green-highlighted fields, while cells containing formulas will auto-populate. Vendors may also include additional documentation for detailed pricing information.
    The provided document is an
    This government Request for Quote (RFQ) 15F06726Q0000042, issued on December 18, 2025, seeks bids for the quarterly delivery of 25 target vehicles (21 SUVs/4-door sedans and 4 minivans) to HDS, Redstone Arsenal. Deliveries are scheduled between the 1st and 15th of February, May, and August, for a base period from February 1, 2026, to January 31, 2027, with four unexercised option periods extending through January 31, 2031. Vehicles must be free of debris and fluids, have no battery, rolling tires, turnable steering columns, a key to open doors, minimal body damage, intact windows, and an operable trunk. The solicitation is a Request for Quote (RFQ) and is set aside for small businesses under NAICS code 441120. It incorporates various FAR and DOJ clauses, including those related to payment, patent indemnity, prohibition on certain telecommunications equipment, contractor policies on text messaging while driving, accelerated payments to small business subcontractors, and restrictions on unmanned aircraft systems from covered foreign entities. The document also includes specific clauses for the FBI regarding contractor access, electronic invoicing, personal protective equipment, public release of information, and organizational conflicts of interest. The Contracting Officer's Representative (COR) will provide technical direction, but has no authority to alter contract terms or pricing. Contractors are required to distribute whistleblower information and maintain performance during national emergencies.
    The Federal Bureau of Investigation (FBI) Finance and Facilities Division, Procurement Section, has issued a Past Performance Questionnaire (Version 1, October 18, 2023) to evaluate offerors for the acquisition of "Target Vehicles." The questionnaire seeks to obtain and verify an offeror's relevant past performance history by having a reference complete a rating form. The offeror is responsible for providing their contract's Experience Narrative to the reference. Completed forms are to be emailed directly to the Contracting Officer, Javia Warner (jswarner@fbi.gov), and Contract Specialist, Treyton Miller (tmmiller3@fbi.gov), with a specific subject line format. The document outlines adjectival rating standards (Outstanding, Satisfactory, Unsatisfactory, Other) and provides detailed definitions for six evaluation criteria: Quality of Service, Schedule, Cost Control, Business Relations, Management of Key Personnel, and Utilization of Small Business. For each criterion, evaluators must select one rating (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) and provide additional comments, especially for Marginal or Unsatisfactory ratings, or if Cost Control is not applicable. The questionnaire also asks for an overall assessment regarding future solicitations or critical programs.
    The Federal Bureau of Investigation (FBI) Procurement Section is issuing Request for Quotation (RFQ) 15F06726Q0000042 to solicit offers for a Firm Fixed Price (FFP) contract. The purpose of this contract is to provide 3 shipments of 25 target/salvaged vehicles for the FBI Critical Incident Response Group (CIRG) Hazardous Devices School (HDS) courses. These vehicles are essential for bomb technician training. The contract will have a base year plus four option years. Quotes are due by January 14, 2026, at 11:00 AM EST. This is a Total Small Business Set Aside with NAICS Code 441120 – Used Car Dealers. Evaluation will be based on best value, with Technical Capability being the most important factor, followed by Past Performance, and then Price.
    Lifecycle
    Title
    Type
    CIRG - Target Vehicles
    Currently viewing
    Solicitation
    Similar Opportunities
    DJF-23-1200-LTL-1
    Justice, Department Of
    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.
    FBI Police Uniforms
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is soliciting proposals for the procurement of police uniforms under Request for Proposal (RFP) 15F06725R0000235. This opportunity is a total small business set-aside for a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract, which includes one base year and four option years, with a maximum value of $2,500,000 and a guaranteed minimum of $500,000. The uniforms are essential for maintaining a professional appearance and operational effectiveness among FBI personnel, requiring contractors to provide both brand-name and "brand name or equal" items, as well as local tailoring services within a 50-mile radius of FBI headquarters in Washington, D.C. Interested vendors must submit their proposals, including samples, by January 9, 2026, at 5:00 PM ET, and can direct inquiries to Ricardo Tiggle at rtiggle@fbi.gov.
    RXD-FB-FUZE
    Justice, Department Of
    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.
    NCIS Vehicle Upfit
    Dept Of Defense
    The Naval Criminal Investigative Service (NCIS) is seeking proposals from qualified small businesses for the upfitting of ten unmarked law enforcement vehicles to support its operations at the Central Field Office in Great Lakes, Illinois. The procurement requires comprehensive vehicle modifications, including the installation of emergency lighting, siren/light controllers, window tinting, weapon vaults, and other enhancements, ensuring compliance with safety and security standards. This contract, valued at approximately $9 million, is a Total Small Business Set-Aside and will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, with quotes due by December 26, 2025, at 10:00 AM EST. Interested vendors should direct inquiries to Brooke Sadler at brooke.sadler@ncis.navy.mil or Saniyyah Jones-Montague at saniyyah.jonesmontague@ncis.navy.mil.
    Facilities Technology Management (FTM)
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking industry feedback through a Request for Information (RFI) related to its Facilities Technology Management (FTM) initiative. The primary objectives include providing operations and maintenance support for the TRIRIGA system until its end of life in September 2027, as well as conducting a comprehensive systems assessment to optimize the FBI's facilities technology portfolio. This assessment will involve evaluating existing systems and market-available options, focusing on requirements alignment, cost analysis, and risk assessment. Interested vendors are encouraged to submit capabilities statements by December 23, 2025, and may have the opportunity to participate in a Reverse Industry Day based on their submissions. For further inquiries, contact Tammy Clark at tjclark2@fbi.gov or 304-476-3678, or Marie Agrinzoni at meagrinzoni@fbi.gov.
    Artificial Intelligence for Unmanned Aerial Systems
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking vendors capable of providing artificial intelligence (AI) solutions for unmanned aerial systems (UAS) at its Redstone Arsenal office in Huntsville, Alabama. The FBI's Request for Information (RFI) aims to identify AI/machine learning (ML) systems that can process real-time video feeds for various applications, including object detection, license plate recognition, facial recognition, and perimeter detection, with a requirement for basic functionality at Technology Readiness Level (TRL) 7 or above. These capabilities are critical for enhancing surveillance and operational effectiveness in law enforcement activities. Interested parties, both small and large businesses, are invited to submit capability statements detailing their qualifications by December 30, 2025, with inquiries directed to Brian Ames at bames@fbi.gov.
    Vehicular Gun Vault: Tuffy or Equal Description; 124 ea.
    Treasury, Department Of The
    The Department of the Treasury, specifically the Treasury Common Services Center (TCSC) on behalf of the Treasury Inspector General for Tax Administration (TIGTA), is soliciting quotes from qualified Small Business vendors for the procurement of 124 Tuffy (Brand Name or Equal) Tactical Lockboxes. The requirement includes specific features such as dimensions of 36"L x 20"W x 9"H, a durable construction, and advanced locking mechanisms, with the intent to award a Firm-Fixed-Priced (FFP) delivery order to the Lowest Priced, Technically Acceptable (LPTA) vendor. This procurement is critical for ensuring secure vehicular storage of firearms, aligning with the operational needs of TIGTA's Office of Investigations. Interested vendors must submit their quotes by 3:00 PM (ET) on December 31, 2025, and direct any questions to DAA at purchasing@fiscal.treasury.gov by 10:00 AM (ET) on December 29, 2025.
    FIRE TRUCK MAINTENANCE
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.
    RFP - Medical Evaluations and Services
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for a Request for Proposal (RFP) to establish a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for Medical Evaluations and Services. The primary objective of this procurement is to acquire professional occupational health services through a nationwide patient physician network, which will provide medical examinations and related services for prospective and current FBI employees, including fitness-for-duty exams, immunizations, and lab work. This contract is crucial for supporting the FBI's global mission and ensuring compliance with national medical standards and federal regulations, including HIPAA and OSHA. Interested vendors should direct inquiries to Robert Shifflet at rtshifflet@fbi.gov or Robert Bruce at rebruce@fbi.gov, with proposals due by the specified deadline, and the contract is expected to span a base year with four option years and a potential six-month extension.
    RFI - AFD: Towing, Storage, Maintenance and Disposal of Seized/Forfeited Vehicles for the Districts within the States of Florida, Virgin Islands, Georgia, North Carolina, and South Carolina
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), is seeking qualified contractors for a Request for Information (RFI) regarding the towing, storage, maintenance, and disposal of seized and forfeited vehicles across multiple districts in Florida, the Virgin Islands, Georgia, North Carolina, and South Carolina. The contract will require the establishment of six contractor-furnished storage facilities located within 60 road miles of designated addresses in Tampa, Miami, Atlanta, Raleigh, Charlotte, and St. Thomas, with services expected to commence with a base year and four one-year options. This procurement is critical for the USMS to effectively manage seized assets, ensuring compliance with legal requirements and maintaining accountability throughout the asset lifecycle. Interested parties must submit a capability statement and completed pricing schedule by January 30, 2026, at 10:00 AM EST, to Christopher Ottie at Christopher.Ottie@usdoj.gov or the AFP Procurement Team at AFP.Procurement@usdoj.gov.