Ammunition Destruction or Demilitarization
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, is soliciting quotations for Ammunition Destruction or Demilitarization Services. This procurement is a Total Small Business Set-Aside and seeks a vendor to handle seized and forfeited ammunition. The government intends to award a Firm Fixed-Price Purchase Order based on a Best Value Trade-Off. Quotations are due by May 15, 2026, at 3 PM MST.
Scope of Work
The selected vendor will be responsible for the acceptance, secure storage, destruction/demilitarization, and issuance of Certificates of Destruction/Demilitarization (COD) for seized and forfeited ammunition. This includes adherence to detailed handling and processing specifications, providing personnel contact information for vetting, and granting unrestricted site access for agency oversight. Ammunition must be stored securely in compliance with all Federal, State, and local regulations.
Contract & Timeline
- Contract Type: Firm Fixed-Price Purchase Order
- Period of Performance: One base year with four 12-month option periods
- Set-Aside: Total Small Business (NAICS 562910, Size Standard 1000 Employees)
- Response Due: May 15, 2026, at 3 PM MST
- Published: April 30, 2026
- Place of Performance: Washington, DC, United States
Submission Requirements
Quotations must be submitted in three separate documents to Kirk Hunt (kirk.w.hunt@cbp.dhs.gov):
- Technical Quotation: A brief narrative (maximum 5 pages) explaining the offeror's ability to satisfy the Statement of Work and prior experience.
- Excel Pricing Spreadsheet: Complete and return the provided pricing matrix, which outlines estimated quantities and unit pricing for five years.
- Signed SF 1449: A signed copy of form 70B03C26Q00000114.
All documents must be compatible with Microsoft Word or viewable in Adobe Acrobat, with a total file size not exceeding 5 megabytes. Offerors must include their Unique Entity Identifier (UEI) from SAM.gov.
Evaluation
Award will be made using a Best Value Trade-Off approach. Evaluation factors include Compliance with SOW, Past Performance, and Price, with non-price factors being more important than price. The government intends to evaluate and award without discussions but reserves the right to conduct them if necessary. Award may be made to other than the lowest-priced or best technically evaluated offer.