Dillon Works Custom Concealments
ID: 15F06725Q0000090Type: Special Notice
Overview

Buyer

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

NAICS

Other Computer Related Services (541519)

PSC

COMMUNICATIONS SECURITY EQUIPMENT AND COMPONENTS (5810)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to award a one-time, firm-fixed price contract for custom cable pedestal concealment hosts exclusively produced by Dillon Works Inc. This procurement aims to enhance the capabilities of the FBI's Video Surveillance Unit by acquiring twenty specialized units that meet unique operational requirements, including the use of RF-transparent materials that standard products cannot provide. The contract is justified under the authority of FAR 6.302-1 due to the specialized nature of the product and the absence of alternative vendors, emphasizing national security concerns. Interested parties must respond to Brandy Binford via email by 8:00 am (CST) on February 10, 2025, and ensure their registration in the System for Award Management (SAM) is current to be eligible for consideration.

    Point(s) of Contact
    Binford, Brandy
    bbinford@fbi.gov
    Files
    Title
    Posted
    The document outlines a Justification and Approval (J&A) for the FBI's request for a sole source acquisition of custom faux cable pedestal enclosures from DillonWorks Inc., necessitated by unique operational requirements. The FBI's Video Surveillance Unit (VSU) seeks to procure twenty units, identified specifically by their detailed dimensions and characteristics, to enhance capabilities in covert video collection. This requirement falls under 41 U.S.C. 3304 (a)(1), allowing for limited competition due to the specialized nature of the product, which is uniquely available from DillonWorks Inc. The contract is justified by DillonWorks' unique qualifications and the need for RF-transparent materials that standard products cannot provide. The J&A emphasizes ongoing market research efforts to identify potential vendors but notes the absence of alternatives that meet VSU's precise needs. The document underlines national security concerns and the implications of full competition on operational security, explaining why no public solicitation was performed. Finally, it includes plans to promote vendor engagement in the future to mitigate competition barriers for subsequent acquisitions, aiming to diversify the sources for similar needs across the FBI.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    LEEDS PMA
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source, firm-fixed-price contract with LEEDS Precision Instruments, Inc. for the purchase of extended warranty and software upgrades for the Evofinder System 848. This procurement aims to ensure timely and cost-effective preventive maintenance, instrument upgrades, and support for the Evofinder® Automated Ballistic Identification System, which is critical for the FBI's laboratory operations. Interested parties may submit capability statements or proposals to the primary contact, Adelle Bolton, via email at albolton@fbi.gov by 08:00 AM EST on December 13, 2025, to express their interest in this opportunity. Vendors must be registered in the System for Awards Management (SAM.gov) to be eligible for government contracts.
    DJF-23-1200-LTL-1
    Buyer not available
    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
    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.
    RXD-FB-FUZE
    Buyer not available
    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.
    Basic Unmanned Aerial System
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from potential vendors regarding the procurement of a Basic Unmanned Aerial System (UAS), specifically a ruggedized, backpack portable quadcopter. The UAS must meet specific requirements, including a minimum flight time of 30 minutes, compliance with the National Defense Authorization Act (NDAA), an Ingress Protection rating of IP53 or better, video recording capabilities, and an integrated Ground Control Station with a display, all within a target price of $12,000 or less. This initiative is crucial for enhancing the FBI's operational capabilities, and interested parties are invited to submit capability statements by December 23, 2025, and direct any questions to Brian Ames at bames@fbi.gov by December 10, 2025.
    NOI to Sole Source for NVG Repair
    Buyer not available
    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.
    Cables, Fiber Optic
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking suppliers for fiber optic cables to support military depots, with a presolicitation notice indicating multiple National Stock Numbers (NSNs) for various cable specifications. The procurement includes cables compliant with specific military specifications, with a required delivery timeframe of 150 days and terms for FOB Origin and Inspection and Acceptance at Destination. This contract, which is not set aside for small businesses, will be a Fixed Price, Indefinite Delivery Contract (IDC) for a base period of two years, with proposals evaluated based on price, past performance, and delivery. Interested vendors can submit proposals electronically, with the solicitation expected to be available on December 19, 2025, under solicitation number SPE7M26RX011; for further inquiries, contact Kristina Wolf at Kristina.wolf@dla.mil or 614-693-2623.
    59--CABLE ASSEMBLY,RADIO F
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 33 units of the Cable Assembly, Radio F, under solicitation number NSN 5995011834467. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of three. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the critical role of these components in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    Justification for Exception to Fair Opportunity - Emergency Piping and Plumbing Leak Repair and Prevention
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to acquire a firm-fixed-price contract for emergency piping and plumbing leak repair and prevention at the J. Edgar Hoover FBI Building in Washington, DC. This procurement is justified as a sole-source contract due to its nature as a logical follow-on to a previous order issued under the FBI Regional Multiple Award Construction Contract (RMACC), ensuring economy and efficiency in the process. The services are critical for maintaining the operational integrity of the facility, which houses essential FBI functions. Interested parties can reach out to Eric Thomas at ejthomas3@fbi.gov for further details regarding the justification and procurement process.
    IMD Redaction Tool
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from qualified manufacturers for an advanced redaction software solution known as the IMD Redaction Tool. The primary requirements include robust manual redaction capabilities and a multi-layer redaction architecture that allows for a single master document with independently manageable redaction layers, enabling the creation of different document versions for various audiences and disclosure needs. This procurement is critical for the FBI's Information Management Division to enhance its ability to manage sensitive information effectively, particularly in compliance with FOIA exemptions and classified information protocols. Interested parties should submit their responses by December 11, 2025, and can direct inquiries to Brandon James at bmjames@fbi.gov.