Private Aircraft, Gulfstream or equal
ID: 15F067-0217Type: Sources Sought
Overview

Buyer

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

NAICS

Aircraft Manufacturing (336411)

PSC

AIRCRAFT, FIXED WING (1510)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from qualified vendors regarding the procurement of a Gulfstream G550, G650ER, G700, or equivalent aircraft for operational airlift missions and executive travel. The FBI aims to gather details on the costs associated with purchasing or leasing-to-own the aircraft, as well as the terms of such agreements, including maintenance and support services. This initiative underscores the importance of acquiring a capable long-range business jet to enhance the FBI's operational efficiency. Interested parties should submit their responses in PDF format by April 29, 2025, to Contracting Officer Melissa J. Golicz at mgolicz@fbi.gov.

    Point(s) of Contact
    Melissa J. Golicz, Contracting Officer
    mgolicz@fbi.gov
    Files
    Title
    Posted
    The FBI has issued a Request for Information (RFI) to explore options for purchasing or leasing a Gulfstream G550, G650ER, G700, or equivalent aircraft for operational airlift missions and executive travel. This RFI aims to gather details on costs, leasing terms, and aircraft availability without committing to any transactions. Key areas of interest include total purchase costs, lease-to-own arrangements, service provisions (maintenance, training, insurance), and aircraft delivery timelines. The RFI specifies required and preferred aircraft characteristics, such as a minimum range of 7,000 nautical miles, specific communication and speed standards, cabin configurations, and maintenance considerations. Responses are due by April 29, 2025, and must follow guidelines for format and submission. The FBI's inquiry signifies the importance of acquiring a capable aircraft to enhance its operational efficiency while assessing various options for procurement.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    UAS Controlled Via Fiber Optic Cable
    Justice, Department Of
    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.
    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.
    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.
    NOI to Sole Source for NVG Repair
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source contract with L3 Harris Technologies, Inc. for the repair of night vision goggles (NVG) previously acquired by the agency. The contract is necessary as L3 Technologies is the sole manufacturer of the specific NVG model and is uniquely qualified to perform the required repairs. These NVGs are critical for various law enforcement and operational activities, underscoring the importance of maintaining their functionality. Interested parties may express their capabilities by contacting Beanchor M. Liggins via email at bmliggins@fbi.gov by 9 AM CT on January 9, 2026, as this notice is not a request for competitive quotations.
    Alford Technologies Tools
    Justice, Department Of
    The Federal Bureau of Investigation (FBI) is seeking authorized resellers to provide specific brand-name tools from Alford Technologies, including Bootbangers, Bottlers, DemiMods, Modular Large Vehicle Disruptors (MLVDs), and MajorMods. This procurement is a total small business set-aside under FAR Part 12, intended to result in a one-time, firm-fixed price purchase order, with all items required to be new and delivered to Redstone Arsenal, Alabama, by March 24, 2026. The tools are essential for the FBI's Critical Incident Response Group (CIRG) operations, emphasizing the importance of reliable and specialized equipment in critical situations. Interested vendors must submit their quotes by December 16, 2025, at 10:00 AM CT, and direct any questions to Keri Matthews at kcmatthews@fbi.gov by December 15, 2025, at 10:00 AM CT.
    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.
    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.
    X10 Drone Multi-Viewer Live Streaming
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source purchase order for Skydio Multi-Viewer Live Streaming services for X10 Drones to Skydio, Inc. This procurement is necessary due to the proprietary nature of Skydio's software, which is essential for enabling the video streaming capabilities of their drones, making them the only available source for this requirement. The total value of the acquisition is $84,000, covering the period from October 1, 2025, to October 1, 2026, and interested vendors may submit capability statements to the primary contact, Robert Radke, at robert.j.radke@dea.gov, by the specified archive date. This notice serves as a special notice and is not a request for competitive quotations, as the government reserves the right to determine the necessity of competition based on the responses received.
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.