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 requirement is for the procurement of Distraction Devices, Specialty Impact, and Area Saturation Munitions for training and operational use. This is a Total Small Business Set-Aside. Proposals are due by May 29, 2026, at 2:00 PM ET.
Scope of Work
This acquisition covers a comprehensive range of less-lethal munitions, including:
- Hand Delivered Pyrotechnic Canisters: Smoke (reduced toxicity, continuous discharge, colored), OC, and CS variants.
- Non-Pyrotechnic Indoor/Outdoor Use: Flameless expulsion grenades (CS, OC, Inert) and instant blast powder grenades (CS, OC, Inert).
- Hand Delivered Rubber Ball Grenades: Standard, CS, OC, and blast variants.
- 40mm Launched Specialty Impact Munitions: Sponge cartridges (various ranges/payloads), CS/OC impact, marking, and inert cartridges.
- Ferret Rounds: CS powder/liquid, OC powder/liquid, and inert powder/liquid.
- Controlled Noise and Light Distraction Devices: Compact, high humidity, training bodies, and reloadable variants.
- Crowd Management Projectile Cartridges, Aerial Warning Munitions, and Ground Marker Munitions.
- Thermal Aerosol Fog Solutions and Respiratory Protection (masks, filters, accessories). Munitions must meet or exceed specific performance criteria, often referencing Defense Technologies part numbers, including velocity, range, discharge time, payload, sound levels, candela output, and accuracy, and be compatible with specified launchers (e.g., HK 169, HK 69, HK GLM, B&T GL-06, M203).
Contract Details
- Contract Type: Single Indefinite Delivery/Indefinite Quantity (ID/IQ) with Firm-Fixed-Price (FFP) delivery orders. Additional awards are possible if deemed in the Government's best interest.
- Ordering Period: Five (5) years from the date of award.
- Minimum Guarantee: $10,000.00
- Maximum Amount: $49,900,000.00
- Place of Performance: Shipping is FOB Destination, with locations potentially centralized or individual throughout CONUS.
- NAICS Code: 332994 (Small Arms, Ordnance, and Ordnance Accessories Manufacturing) with a 1000-employee size standard.
Submission & Evaluation
- Proposal Submission: Proposals must be submitted in two volumes: Technical and Price.
- Evaluation Criteria: Lowest Priced, Technically Acceptable (LPTA) basis.
- Special Requirements: Offerors must be registered in the System for Award Management (SAM). Products must be free of defects and maintain a useful shelf life for five years. Vendors must provide a letter from the manufacturer if not the manufacturer themselves, indicating authorized distributor status. The solicitation incorporates FAR Parts 12 and 15, DHS Class Deviations, and the RFO clause 52.222-90, "Addressing DEI Discrimination by Federal Contractors."
Key Dates & Contact
- Proposal Due Date: May 29, 2026, at 2:00 PM ET.
- Published Date: May 5, 2026 (latest amendment).
- Primary Contact: John Crockett, JOHN.T.CROCKETT@cbp.dhs.gov.
Amendments
Amendment A00001 extended the proposal due date to May 29, 2026, and incorporated the DEI discrimination clause. Amendment A00002 incorporated a revised Statement of Work (dated 5-5-2026) and a revised Pricing Sheet. It also deleted SOW section 4.6.6, noting that if the previous pricing sheet is used, this item will be valued at $0.00 and not included in the total evaluated price.