Less Lethal Specialty Munitions (LLSM)

SOL #: 70B06C26Q00000080Solicitation

Overview

Buyer

Homeland Security
Us Customs And Border Protection
MISSION SUPPORT CONTRACTING DIVISION
WASHINGTON, DC, 20229, United States

Place of Performance

Harpers Ferry, WV

NAICS

Small Arms (332994)

PSC

Chemical Weapons And Equipment (1040)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 1, 2026
2
Submission Deadline
May 15, 2026, 6:00 PM

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 Homeland Security (DHS), U.S. Customs and Border Protection (CBP), is soliciting proposals for Less Lethal Specialty Munitions (LLSM). This requirement is for the procurement of distraction devices, specialty impact, and area saturation munitions for training and operational use. The acquisition will result in a single Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, with a maximum value of $49,900,000.00. This is a Total Small Business Set-Aside. Proposals are due May 15, 2026, at 2:00 PM ET.

Scope of Work

The Statement of Work (SOW) details requirements for a wide range of less-lethal munitions, including:

  • Hand Delivered Pyrotechnic Canisters: Smoke, CS, OC, and non-burning internal canisters.
  • Non-Pyrotechnic Indoor/Outdoor Use: Flameless expulsion grenades, instant blast powder grenades, and OC vapor aerosol grenades.
  • Hand Delivered Rubber Ball Grenades: Standard, with CS or OC payload, and blast grenades.
  • 40mm Launched Specialty Impact Munitions: Direct impact sponge cartridges, reloadable training kits, and multiple rubber ball rounds.
  • Crowd Management Projectile Cartridges: Long-range canisters and four-part sub-munitions canisters.
  • Aerial Warning Munitions: 40mm aerial warning munitions for various ranges.
  • 40mm Ground Marker: 40mm ground marker cartridges.
  • Controlled Noise and Light Distraction Devices: Compact, low roll, and reloadable devices.
  • Ferret Rounds: 40mm ferret rounds (CS, OC, inert).
  • Training Kits: Various reloadable kits, sub-munitions, smoke blasts, ground markers, and canisters.
  • Thermal Aerosol Fog Solutions: Liquid CS, smoke, and OC solutions.
  • Respiratory Protection: Masks, outserts, canisters, and modular bump helmets.

Performance standards are specified for each item, often referencing specific Defense Technologies part numbers as benchmarks for equal or better performance, including details on discharge time, payload, velocity, accuracy, effective range, and operational compatibility with weapon systems.

Contract Details

  • Contract Type: Indefinite Delivery/Indefinite Quantity (ID/IQ)
  • Ordering Period: 5 years from the date of award.
  • Delivery Orders: Firm-Fixed-Price (FFP), may require delivery up to 12 months beyond the ordering period.
  • Minimum Guarantee: $10,000.00
  • Maximum Amount: $49,900,000.00
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 332994 (Small Arms, Ordnance, and Ordnance Accessories Manufacturing) with a size standard of 1000 employees.
  • Place of Performance: Shipping locations may be centralized or individual throughout CONUS.

Submission & Evaluation

  • Offer Due Date: May 15, 2026, 2:00 PM ET.
  • Questions Due: April 29, 2026.
  • Proposal Submission: Two volumes (Technical and Price).
  • Evaluation Criteria: Lowest Priced, Technically Acceptable (LPTA) basis.
  • Pricing: Bidders must use the provided "Less Lethal Specialty Munition Price Evaluation Form" (Attachment 2) to submit detailed pricing for five potential price periods, including part numbers, unit costs, and estimated quantities.

Additional Notes

Offerors must be registered in the System for Award Management (SAM). All questions must be submitted in writing via email to the primary contact. The solicitation incorporates Federal Acquisition Regulation (FAR) Parts 12 and 15, and includes DHS Class Deviations. Products must maintain a useful shelf life for five years and be free of defects. Shipping is FOB Destination within 60 days ARO or upon ATF Approval.

People

Points of Contact

John CrockettPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 1, 2026