INL Colombia Training Ammunition
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 Department of State, Bureau of International Narcotics and Law Enforcement Affairs (INL), is soliciting quotes for Training Ammunition to support the Colombian National Police Special Units in combating transnational narcotics trafficking, environmental crimes, and other criminal activities. This is a Total Small Business Set-Aside. Quotes are due by April 27, 2026, at 3:00 PM EDT.
Scope of Work
This solicitation requires the procurement of new, frangible training ammunition in original manufacturer packaging, covered by warranty, and sourced through approved distribution channels. Reloaded ammunition is not acceptable. The required quantities are:
- 9mm Reduced Hazard Training Frangible Ammunition: 1,200,000 rounds
- 5.56 mm Frangible Ammunition: 1,200,000 rounds
- Note: The 7.62 Short Range Training Ammunition (SRTA) requirement has been removed from this solicitation.
Ammunition must be OEM Frangible Training Ammunition compatible with Glock 9mm Pistols and Colt 5.56 M4 Rifles. Acceptable OEM brands include Federal, Winchester, Hornady, Sinter Fire, and Ruag. Commercial or military packaging is acceptable. The ammunition will be donated to the Government of Colombia.
Delivery & Logistics
Delivery is to the INL Freight Forwarder in Miami, FL. The contractor is responsible for proper packing and consolidation to prevent damage or loss, and for replacing any lost or damaged items. Partial shipments are generally not allowed unless approved in writing, though exceptions may be made if a full shipment cannot be met by July and constitutes at least 50% of the order.
The contractor must comply with stringent hazardous materials shipping regulations (UN/DOT, 49 CFR parts 171, 172, 173, 178), including specialized packaging for explosives (Class 1) with specific Packing Instructions and UN numbers. All necessary export approvals, licenses (ITAR/AECA), material safety data sheets, and paperwork are the contractor's responsibility at no additional cost to the Government. The U.S. Government will assist with customs clearance and tax exemptions in Colombia for the final leg of delivery.
Contract Details
This is a Firm-Fixed Price (FFP), single-award contract with optional quantities. The period of performance is no more than 120 calendar days from the date of award. Evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, considering technical specifications, delivery time, price, and past performance. Offerors must be registered in SAM.gov and products must comply with the Trade Agreements Act (TAA).
Key Requirements
- Warranty: Offerors must provide information for expeditious return of warranty items within 30 days of notification.
- Export Compliance: Strict adherence to the Arms Export Control Act (AECA) and International Traffic in Arms Regulations (ITAR) is mandatory.
- Inspection & Acceptance: A designated Contracting Officer's Representative (COR) will inspect items for SOW compliance, potentially including a fabrication site visit.
Response Requirements
Quotes must be valid for at least 30 days. Offerors must provide shipment dates for each line item in their prepared quote, along with sufficient technical specification details for government acceptance.