Less Lethal Specialty Munitions (LLSM)
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 Homeland Security (DHS), specifically U.S. Customs and Border Protection (CBP), is soliciting proposals for Less Lethal Specialty Munitions (LLSM). This acquisition will result in a single Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, with a potential for additional awards, for training and operational use. This is a Total Small Business Set-Aside. Proposals are due May 29, 2026, at 2:00 PM ET.
Scope of Work
The requirement covers a comprehensive range of less-lethal munitions, including:
- Hand Delivered Pyrotechnic Canisters: Smoke, CS, OC, and colored smoke variants.
- Non-Pyrotechnic Indoor/Outdoor Use: Flameless expulsion grenades, instant blast powder grenades, and OC vapor aerosol grenades.
- Hand Delivered Rubber Ball Grenades: Standard, CS/OC payload, and blast grenades.
- 40mm Launched Specialty Impact Munitions: Direct impact sponge cartridges, multiple rubber ball rounds.
- Crowd Management Projectile Cartridges: Long-range canisters and sub-munitions.
- Aerial Warning Munitions: 40mm aerial warning munitions for various ranges.
- 40mm Ground Markers: CS, OC, Saf-Smoke ground markers.
- Controlled Noise and Light Distraction Devices: Compact, low roll, and reloadable devices.
- Ferret Rounds: 40mm ferret rounds (CS/OC powder/liquid).
- Training Kits: Various reloadable kits for munitions.
- Thermal Aerosol Fog Solutions: Liquid CS, smoke, and OC solutions.
- Respiratory Protection: Masks, outserts, canisters, and modular bump helmets.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (ID/IQ) with Firm-Fixed-Price (FFP) delivery orders.
- Ordering Period: Five (5) years from the date of award.
- Minimum Guarantee: $10,000.00
- Maximum Amount: $49,900,000.00
- Place of Performance: Harpers Ferry, WV, with shipping locations throughout CONUS.
Set-Aside & Eligibility
- 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.
- Offerors must be registered in the System for Award Management (SAM).
Evaluation
Proposals will be evaluated on a Lowest Priced, Technically Acceptable (LPTA) basis. Submissions must include separate Technical and Price volumes.
Key Dates & Contact
- Proposal Due Date: May 29, 2026, 2:00 PM ET (extended by Amendment A0001).
- Questions Due: April 29, 2026.
- Published Date: April 30, 2026.
- Primary Contact: John Crockett (JOHN.T.CROCKETT@cbp.dhs.gov).
Special Notes
Amendment A0001 incorporated RFO clause 52.222-90, "Addressing DEI Discrimination by Federal Contractors" (APR 2026). All questions must be submitted in writing via email; telephone inquiries will not be accepted. The solicitation incorporates FAR Parts 12 and 15, and includes DHS Class Deviations.