Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 11, 2025 SAM #8720
SOURCES SOUGHT

99 -- U.S. Customs and Border Protection Less Lethal Specialty Impact/Chemical Munitions (LLSI CM) Request for Information

Notice Date
10/9/2025 10:35:11 AM
 
Notice Type
Sources Sought
 
Contracting Office
MISSION SUPPORT CONTRACTING DIVISION WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
2015XXXX
 
Response Due
10/24/2026 11:00:00 AM
 
Archive Date
11/08/2026
 
Point of Contact
Jared A. Tritle
 
E-Mail Address
jared.a.tritle@cbp.dhs.gov
(jared.a.tritle@cbp.dhs.gov)
 
Description
INTRODUCTION The Law Enforcement Safety and Compliance Directorate (LESC), on behalf of Operations Support (OS), U.S. Customs and Border Protection (CBP), and U.S. Department of Homeland Security (DHS) is conducting market research to gain a greater understanding of the full range of available options for industry�s ability to provide CBP with suitable Distraction Devices, Specialty Impact and Chemical Munitions, hand delivered and launched in 40mm launchers which meet the government�s preliminarily identified requirements. This is an RFI released pursuant to Federal Acquisition Regulation (FAR) Part 10 � Market Research. This RFI�s purpose is to obtain market information on viable sources of supply, industry practices, answers to specific questions, and industry comments. All RFI submissions become Government property and will not be returned. This announcement constitutes an official Request for Information (RFI). Further, U.S. Customs and Border Protection is not at this time seeking proposals and will not accept unsolicited proposals. 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 U.S. 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 U.S. Government is not obligated to notify respondents of the results of this survey. DESCRIPTION This initiative, Less Lethal Specialty Impact/Chemical Munitions, is an updated requirement to allow U.S. Customs and Border Protection (CBP), U.S. Department of Homeland Security (DHS) Components, and other federal agencies the ability to supply their armed workforce with Distraction Devices, Specialty Impact and Chemical Munitions, hand delivered and launched in 40mm launchers, for training and operational use, while achieving significant cost savings. CBP intends to solicit for a 5-year Indefinite Delivery / Indefinite Quantity (IDIQ) Contract. This contract is intended to be a Multi-Agency Contract (MAC). INFORMATION REQUESTED: Company Name, Company Address, Point of Contact, Telephone Number, and e-mail Address. CBP intends to use North America Industrial Classification System (NAICS) 332994 Small Arms and other Ordnances and Accessories? What NAICS code do you think, if any, is more appropriate for CBP to use? What size business are you registered as with NAICS Code 332994? Are you a manufacturer or distributor/reseller of LLSI CMs? If you a distributor, are you an authorized distributor capable of providing an authorization letter from the manufacturer? What is your organization�s experience with, and capability of, manufacturing and distributing less lethal distraction devices, specialty impact and chemical munitions for military or law enforcement agencies? Does this experience include designing specific devices to meet agency/military technical requirements? Where are your devices manufactured and/or assembled? If parts/components are manufactured in a different location from final assembly, please identify all subcontractors� names and locations. What percentage of the devices are manufactured and assembled in the U.S.? Is your organization capable of manufacturing or providing devices that meet all technical requirements included in the attached draft Statement of Work (SOW)? If not, please identify the items that you are NOT able to provide? Does your organization offer the devices with a warranty? If yes, please provide warranty length, and coverage of warranty. Is your organization (or the manufacturer) ISO Certified? If so, to what standard? Provide a synopsis of current Quality Control processes related to the devices. Provide your total manufacturing capacity for all categories of devices outlined in the draft Statement of Work on a quarterly basis. What is your surge capacity for each category of device outlined in the draft Statement of Work that will be devoted to this contract? What is the normal lead-time for delivery of devices once an order is received? Do you have any concerns or questions regarding the requirements set forth in the attached draft Statement of Work? RESPONSES The information provided may be used by CBP in developing and refining its Acquisition Strategy, Statement of Work, and Performance Specifications. 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. 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 official Government Point of Entry site 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. QUESTIONS Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address listed below. Verbal questions will NOT be accepted. Questions, if not answered directly to the respondee, will be answered by posting on the SAM.gov website; accordingly, questions shall NOT contain proprietary, sensitive, or classified information. Instructions and Response Guidelines: Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. The information provided will be used solely by CBP as market research. This RFI is for information and planning purposes only and does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. RFI Responses shall be submitted electronically via email to the Contacting Officer, Jared Tritle at Jared.a.tritle@cbp.dhs.gov no later than 2:00 p.m. EST on Friday, October 24, 2025. Telephone responses will not be accepted. The Government is not required to respond to any information provided in response to this RFI. It is the responsibility of the interested parties to monitor SAM.gov for additional information pertaining to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a88ed710a6a546ee842d49b092d290fe/view)
 
Place of Performance
Address: Harpers Ferry, WV, USA
Country: USA
 
Record
SN07616762-F 20251011/251009230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.