Conductive Energy Weapons (CEW)
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. Immigration and Customs Enforcement (ICE) is conducting a Sources Sought/Request for Information (RFI) to identify vendors capable of providing Conductive Energy Weapons (CEW). This initiative aims to upgrade ICE's current CEWs to the T10 model, with an anticipated Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract valued at an estimated $220 million over five years for approximately 17,800 units. Capabilities Statements are due by March 13, 2026.
Purpose
This RFI is for market research purposes only and is not a solicitation for award. ICE's Office of Firearms and Tactical Programs (OFTP) seeks to identify sources for a 5-year life cycle program to replace outdated X26P/X2 Tasers with T10 CEWs. The objective is to reduce overall life cycle costs and enhance agent capabilities for de-escalation and successful probe connection at greater distances.
Scope of Work
The program requires the procurement and comprehensive 5-year life cycle support for approximately 17,800 T10 CEWs. Key requirements include:
- Equipment Upgrade: Transition from X26P/X2 TASERs to the T10 CEW.
- Enhanced Capabilities: The T10 CEW must support a 10-probe cartridge and a 45-foot standoff distance.
- Life Cycle Support: A full 5-year warranty, an unlimited cartridge program (for training, certification, and duty use), supply of training cartridges, Master Certification of instructors, and a planned upgrade to the latest technology after 5 years.
- Technical Specifications: Specific requirements include voltage (840-1440V), pulse duration (44-125 microseconds), pulse rate (20-45 pulses/sec), multi-probe system, water resistance, high-impact polymer housing, onboard flashlight, central information display, self-diagnostics, and FEDRAMP authorized management software.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI). Anticipated contract type is FFP IDIQ.
- Duration: One 12-month base period and four one-year option periods (total 5 years).
- Estimated Value: $220,000,000.
- Set-Aside: None specified (market research phase).
- Response Due: Friday, March 13, 2026, by 2:00 PM EST.
- Published: February 24, 2026.
Submission Requirements
Interested parties must submit a Capabilities Statement, not exceeding ten (10) pages (excluding coversheet), via email. The statement should include:
- Point of Contact (POC) with full contact details.
- Unique Entity Identifier (UEI) Number.
- Applicable NAICS codes and firm's small/large business status under each.
- Applicable Product Service Codes (PSC).
- Relevant past performance contracts (numbers and Government POCs) for similar CEW provision to law enforcement.
- Product description/language, specifically identifying available cartridges and supplies to cover the 5-year IDIQ.
Email submissions to Robert.V.Roberts@ice.dhs.gov and Daniel.M.Correia@ice.dhs.gov with the subject line "FY26 Conductive Energy Weapons (CEW) RFI response."
Additional Notes
This notice is for planning purposes only and does not obligate the Government to any acquisition approach or guarantee a future solicitation. No reimbursement for response costs. Compliance with DHS security policies (4300B, 4300A), ITAR, and supply chain risk management, including background investigations and security clearances for personnel, is mandatory.