Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2025 SAM #8467
SOURCES SOUGHT

99 -- U.S. Customs and Border Protection (CBP) Law Enforcement Safety & Compliance (LESC) Less Lethal Pressurized Air Launchers (LLPAL) Request for Information

Notice Date
1/30/2025 9:03:17 AM
 
Notice Type
Sources Sought
 
Contracting Office
MISSION SUPPORT CONTRACTING DIVISION WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
20149393
 
Response Due
2/13/2025 9:00:00 AM
 
Archive Date
02/28/2025
 
Point of Contact
Jared A. Tritle, Doug Williamson
 
E-Mail Address
jared.a.tritle@cbp.dhs.gov, david.d.williamson@cbp.dhs.gov
(jared.a.tritle@cbp.dhs.gov, david.d.williamson@cbp.dhs.gov)
 
Description
DESCRIPTION The Department of Homeland Security (DHS), Customs and Border Protection (CBP) has a requirement for the procurement of Less Lethal Pressurized Air Launchers (LLPAL), LLPAL accessories, and both inert and capsaicin-filled projectiles, to be used for duty and training. This effort is integral to providing effective Use of Force equipment to officers and agents. The resultant contract, if any, shall be awarded by and administered to CBP, however it will be a DHS Strategic Source contract that will allow DHS agencies, as well as other Federal Law Enforcement Agencies, to purchase off of this contract. 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, U.S. Customs and Border Protection is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government 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 SAM.gov website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. INFORMATION REQUESTED: Company Name, Company Address, Point of Contact, Telephone Number, and e-mail Address. Is your company a manufacturer or distributor of the products listed in the accompanying Draft Statement of Work? If you aren�t the manufacturer, are you an authorized distributor? Would you be able to provide a letter of authorization from the manufacturer? 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? What is your organization�s experience with, and capability for, manufacturing and distributing less lethal pressurized air launchers for military or law enforcement agencies? Does this experience include designing specific launchers to meet agencies/military technical requirements? Where are your launchers and projectiles manufactured and/or assembled? If parts/components are manufactured in a different location from final assembly, please identify all subcontractors� names and locations. Is your organization capable of manufacturing launchers and the projectiles that meet the technical requirements included in the attached draft Statement of Work (SOW)? Does your organization offer less lethal launchers with a warranty? If yes, please provide warranty length, and coverage of warranty. Provide a synopsis of current Quality Control process related to the less lethal launchers. Provide a synopsis of current Quality Control process related to the projectiles. Provide your total manufacturing capacity for less lethal launchers on a quarterly basis. Provide your total manufacturing capacity for PAVA, PAVA Concentrated, and Inert on a quarterly basis. What is your surge capacity for projectiles devoted to this contract? What is the normal lead-time for delivery of projectiles 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 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. Submissions shall be in Adobe PDF format, and shall be submitted not later than 12:00pm ET February 13, 2025 to Contracting Officer Jared A. Tritle at Jared.A.Tritle@cbp.dhs.gov with a copy to Contract Specialist Doug Williamson at David.D.Williamson@cbp.dhs.gov. CBP prefers a single submission containing all required information. If there are multiple files, please submit as a PDF Portfolio. 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, will be answered by posting on the System for Award Management (SAM) website; accordingly, questions shall NOT contain proprietary, sensitive, or classified information. SUMMARY This Request for Information (RFI) 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 CBP Less Lethal Pressurized Air Launchers, accessories, and projectiles. All RFI submissions become Government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c100535253e045149d89c046d3e1abf7/view)
 
Place of Performance
Address: Harpers Ferry, WV, USA
Country: USA
 
Record
SN07328696-F 20250201/250130230116 (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.