Skip to main content

An official website of the United States government

You have 2 new alerts

U.S. Customs and Border Protection (CBP) Law Enforcement Safety & Compliance (LESC) Directorate 9mm Service and Reduced Hazard Qualification Ammunition

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Nov 22, 2024 09:26 am EST
  • Original Response Date: Dec 12, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 27, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Harpers Ferry , WV
    USA

Description

DESCRIPTION

This initiative, 9mm Service Ammunition, is a new requirement to allow Customs and Border Protection (CBP), Department of Homeland Security (DHS) Components, and other federal agencies the ability to supply their armed workforce with service ammunition while achieving significant cost savings.  CBP has around 45,000 armed agents and officers with approximately another 27,000 armed DHS employees across other Components for a total of ~72,000 that are required to carry a handgun as part of their assigned law enforcement duties.  CBP intends to solicit a 5-year Indefinite Delivery / Indefinite Quantity (IDIQ) Contract for 9mm ammunition for this new service handgun.  This contract is intended to be a Multi-Agency Contract (MAC).

The Law Enforcement Safety and Compliance Directorate (LESC), Harpers Ferry, WV, on behalf of Operations Support (OS), U.S. Customs and Border Protection (CBP), and Department of Homeland Security (DHS), is assessing the ammunition industry’s ability to provide DHS with suitable duty ammunition which meet the government’s preliminarily identified requirements.

This announcement constitutes an official Request for Information (RFI).  This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  This request for information does not commit the Government to contract for any supply or service whatsoever.  Further, CBP is not at this time seeking proposals and will not accept unsolicited proposals.  Responders are advised that CBP will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.  Not responding to this RFI does not preclude participation in any future RFP, if any is issued.  If a solicitation is released, it will be synopsized on the System for Award Management (SAM.gov) website.  It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

INFORMATION REQUESTED:

  1. Company Name, Company Address, Point of Contact, Telephone Number, and e-mail Address.
  2. Are you under NAICS code 332994 Small Arms, Ordnance, and Ordnance Accessories Manufacturing?  If not, what NAICS code do you use?  What size business are you registered as with this code?
  3. What is your organization’s experience with, and capability for, manufacturing and distributing service ammunition for military or law enforcement agencies? Does this experience include designing specific cartridges to meet agencies/military technical requirements?
  4. Where is your ammunition manufactured and/or assembled?  If parts/components are manufactured in a different location from final assembly, please identify all subcontractors’ names and locations.
  5. Is your organization capable of manufacturing 9mm cartridges that meet the technical requirements for both the Service Ammunition and the Reduced Hazard Qualification Ammunition included in the attached draft Statement of Work (SOW)?
  6. Is your organization capable of producing a readily identifiable projectile as described in the SOW?  
  7. Is your organization capable of producing a Reduced Hazard Qualification Round that has a consistent point of impact in comparison to the Service Ammunition as described in the SOW? 
  8. Does your organization offer ammunition with a warranty?  If yes, please provide warranty length, and coverage of warranty.
  9. Provide a synopsis of current Quality Control process related to duty ammunition. 
  10. Are you ISO certified?  If so, what is your level of ISO certification? 
  11. Provide your total manufacturing capacity for handgun ammunition on a quarterly basis.
  12. What quantity of production could be devoted to this contract per quarter?
  13. What is your surge capacity for ammunition devoted to this contract?
  14. What is the normal lead-time for delivery of ammunition once an order is received?
    5,000,000 rounds
    10,000,000 rounds
    30,000,000 rounds
  15. Can the ammunition specified in the Statement of Work be bulk packaged?   If so, what would be the possible quantities of these bulk packages?
  16. Would there be any cost differential between having cases of 500 rounds as opposed to cases of 1,000 rounds?
  17. Do you have any concerns or questions regarding the requirements set forth in the attached draft Statement of Work?

RESPONSES

Responses shall be the minimum length necessary to accommodate all requested information and submitted via e-mail only.  Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED.  To aid the Government, please segregate proprietary information. All responses shall be submitted via email not later than 3pm ET December 12, 2024 to the following:

Jared A. Tritle, Contracting Officer
Jared.A.Tritle@cbp.dhs.gov 

QUESTIONS

Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address listed above.  Verbal questions will NOT be accepted.  Questions, if not answered directly to the respondee, may be answered by posting on SAM; accordingly, questions shall NOT contain proprietary, sensitive, or classified information.

SUMMARY

This Request for Information (RFI) and Presolicitation Notice is for planning purposes only and should not be construed as a Request for Proposal or as an obligation on the part of the Government to acquire any services or hardware.  Your response to this RFI will be treated as information only.  No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or Government use of such information.  No funds have been authorized, appropriated, or received for this effort.  The information provided may be used by CBP in developing and refining its Acquisition Strategy, Statement of Work, and Performance Specifications.  Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.  The Government does not intend to award a contract solely on the basis of this RFI or to otherwise pay for the information submitted in response to same.  The information provided herein is subject to change and in no way binds the Government to pursue any course of action described herein.  The U.S. Government is not obligated to notify respondents of the results of this survey.

The purpose of this RFI is to conduct market research for potential CBP 9mm ammunition.  All RFI submissions become Government property and will not be returned

Contact Information

Contracting Office Address

  • 1300 PENNSYLVANIA AVE NW
  • WASHINGTON , DC 20229
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Dec 27, 2024 11:55 pm ESTSources Sought (Original)