USMS FY26 TD 26092 - INITIAL GEAR BDUSMI 2605
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. Marshals Service (USMS), under the Department of Justice, is soliciting quotes for Initial Duty Gear for the BDUSMI 2605 training program. This Total Small Business Set-Aside opportunity seeks miscellaneous individual equipment to support the "Mission Critical: Apprehending fugitives FY26 TD 26092" initiative. The place of performance is Brunswick, GA. Quotes are due by March 20, 2026, at 1:00 PM ET.
Scope of Work
The primary deliverable is "Miscellaneous initial duty gear" as detailed in USMS-0015 Technical Specifications. This includes, but is not limited to, tactical duty belts, OC spray pouches, weapon lights, holsters, magazine carriers, gloves, assault belt kits, handcuff holders, electronic headsets, hearing protection, batons, scabbards, and backpacks. Technical substitutions are not allowed. While items are not name brand specific, offerors submitting "other than" quotes must provide technical specifications for evaluation.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: April 1, 2026, to March 31, 2027
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Quote Due Date: March 20, 2026, 1:00 PM ET (12:00 PM CT)
- Published Date: March 13, 2026
Submission & Evaluation
Offerors must submit quotes in two volumes:
- Volume 1: Quote on company letterhead, including company name, logo, address, Point of Contact, contact information, and CAGE Code. Offerors must be registered in the System for Award Management (SAM) at sam.gov. The Government seeks additional discounts.
- Volume 2: SF-1449 form, signed on Page 1, with pricing filled in on CLINS, and Clause USMS-0004 completed.
Evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach. Offers will first be evaluated for technical acceptability, ensuring all characteristics in the Technical Specifications Document are met and all solicitation instructions are followed. Responsive and technically acceptable offers will then be evaluated on price.
Additional Notes
This is a Request for Quotation (RFQ) 15M10226QA4700060. Failure to follow directions in Section 1 - SCHEDULE OF SUPPLIES/SERVICES will result in a non-responsive proposal, which will not be evaluated. The solicitation incorporates numerous FAR clauses by reference.