Firearms Mounted Sighting Systems (Optics)
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 (DHS), intends to award a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Firearms Mounted Sighting Systems (Optics). This acquisition, designated as a Total Small Business Set-Aside, will support the Law Enforcement Safety and Compliance Directorate (LESC) for training and operational use. Proposals are due by June 12, 2026, at 2:00 PM ET.
Scope of Work
This solicitation (RFP 70B06C26R00000072) covers the procurement of a wide range of firearms mounted sighting systems and related accessories. The Statement of Work (SOW) details specific technical requirements for items such as:
- Flip-Up Rear and Front Iron Sights
- 45 Degree Offset Folding Iron Sights
- Handgun MRDS Co-Witness Sights
- Miniature Red Dot Sights (MRDS) (enclosed and open emitter)
- Non-Magnified Optics (Tube Type, Red Dot)
- Magnified Optics (Fixed and Variable Magnification)
- Supplemental Devices (Magnifiers, Target Pointer and Aiming Devices, Clip-On Night Vision Devices, Clip-On Ranging and Targeting Modules)
- Optical Sight Mounts and Toolkits
The vendor will also provide administrative and logistical support, including customer service, shipping (FOB destination), and invoicing. All items must be permanently marked with unique serial numbers and packaged appropriately.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ)
- Award Intent: Single award, with the government reserving the right for additional awards.
- Ordering Period: Five (5) years from the date of award.
- Minimum Guarantee: $10,000
- Maximum Amount: $49,900,000.00 (total for all anticipated delivery orders)
- Delivery Orders: Firm Fixed Price (FFP), may include option years.
- NAICS Code: 332994 (Small Arms, Ordnance, and Ordnance Accessories Manufacturing)
Set-Aside
This is a Total Small Business Set-Aside (FAR 19.5).
Evaluation & Submission
Award will be made on a Lowest Priced, Technically Acceptable (LPTA) basis. Evaluation factors include Technical (acceptable/unacceptable) and Price. Proposals must be submitted electronically and via hard copy as detailed in the solicitation. Questions regarding the solicitation are due by May 27, 2026.
Additional Notes
Potential proposers must be registered at SAM.gov to receive notifications and changes, and must be registered in the System for Award Management (SAM) prior to award. The solicitation incorporates FAR Parts 12 and 15, and includes several class deviations from DHS. The Price Evaluation Form (Attachment 2) is critical for bidders to provide pricing for estimated quantities over the five-year period.