HAFE - Install ADA Doors at VC Restrooms
Agency: NPS National Office
Location: Harpers Ferry, West Virginia
NAICS: 238290
| Agency | Customs and Border Protection |
|---|---|
| Deadline | 01/30/26 |
| Posted | 01/21/26 |
| Estimated Value | Not Provided |
| Set Aside | Small Business |
| NAICS | 333310 - Commercial and Service Industry Machinery Manufacturing |
| PSC | 1240 - Optical Sighting And Ranging Equipment |
| Location | Harpers Ferry, WV 25425 United States |
REQUEST FOR INFORMATION (RFI) Firearms Mounted Sighting Systems (Optics) U.S. Department of Homeland Security Customs and Border Protection DESCRIPTION U.S. Customs and Border Protection (CBP) currently utilize Firearms Mounted Sighting Systems, also known as Optics, for duty and training use. CBP intends to solicit an Indefinite Delivery / Indefinite Quantity (IDIQ) Contract to augment and/or replace existing in-service, reserve, and training optics, as well as supply parts and accessories to maintain its current inventory. This contract may be designated as available to other Federal Government Agencies for use. The Law Enforcement Safety and Compliance Directorate (LESC), Harpers Ferry, WV, on behalf of Operations Support (OS), U.S. Customs and Border Protection (CBP), is assessing the firearms optics industry's ability to provide CBP with suitable optics, accessories, and parts which meet the agencies preliminarily identified requirements. This announcement constitutes an official Request for Information (RFI). This RFI is issued solely for information and planning purposes it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, U.S. Customs and Border Protection is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
1. Please provide your company name, address, point of contact, telephone number, and email address. 2. Are you registered under NAICS code 333314 (Optical Instrument and Lens Manufacturing)? If not, what NAICS code does your company operate under? What is your business size classification under this code? If you are a distributor or reseller, what is the business size classification of your manufacturer(s) under the same NAICS code? 3. What is your organization's experience and capability in manufacturing and/or distributing firearms optics for military or law enforcement agencies? 4. Where are your firearms optics and associated parts manufactured and/or assembled? If parts or components are manufactured in a different location from the final assembly, please specify all relevant locations. 5. Is your organization able to provide all the specified items listed in the Statement of Work (SOW) or offer suitable alternatives that meet the salient characteristics for each item? 6. Is your organization an authorized distributor for all items listed in the Statement of Work (SOW)? 7. What experience does your organization have in coordinating warranty issues and returns with both the government and the manufacturer of the items? 8. Does your organization offer a warranty separate from the manufacturer's warranty for any of the parts listed in the SOW? If so, please provide details on the warranty length, limitations, and coverage. 9. Please provide a summary of your current Quality Control/Quality Assurance processes, including procedures for correct invoicing, inclusion of packing slips, and identification of items that may be drop-shipped from the manufacturer. 10. Can your organization meet all the requirements outlined in the attached draft Statement of Work (SOW)? 11. Do you have any concerns or feedback regarding the requirements specified in the attached draft Statement of Work (SOW)?
CBP representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements of CBP and would constitute market research. QUESTIONS Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, John Crockett at john.t.crockett@cbp.dhs.gov no later than January 28, 2026, at 4:00PM EST. Verbal questions will NOT be accepted. Questions, if not answered directly to the respondee, may be answered by posting on SAM.gov website at the Governments discretion; accordingly, questions shall NOT contain proprietary, sensitive, or classified information. The Government may, or may not, post answers to questions. RESPONSES The information provided may be used by CBP in developing and refining its Acquisition Strategy, Statement of Work, and Performance Specifications. Responses shall be the minimum length necessary to accommodate all requested information and submitted via e-mail only. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
Please provide the information you deem relevant to respond to the specific inquiries of the RFI. Information provided will be used solely by CBP as market research. This RFI is for information and planning purposes only and does not constitute a Request for Proposal (RFP), Invitation for Bid, or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. RFI Responses shall be submitted electronically via email to the Contacting Officer, John Crockett at john.t.crockett@cbp.dhs.gov no later than 3:00 p.m. on Friday, January 30, 2026. Telephone responses will not be accepted. The Government is not required to respond to any information provided in response to this RFI. It is the responsibility of the interested parties to monitor SAM.gov for additional information pertaining to this RFI.
Background The U.S. Department of Homeland Security Customs and Border Protection (CBP) is seeking to enhance its capabilities by procuring Firearms Mounted Sighting Systems, also known as Optics, for duty and training use. The goal of this contract is to augment and/or replace existing optics, as well as supply parts and accessories necessary for maintaining the current inventory. This initiative may also be available for use by other Federal Government Agencies. Work Details The contract will include the procurement of various firearms mounted sighting systems with specific technical requirements outlined in the Statement of Work (SOW). Key components include: 1. **Back-Up Iron Sights (BUIS)**: - Flip-Up Rear Iron Sights designed for CBP duty flat top M4 receivers with 1913 Picatinny rails. - Must have a minimum of two apertures and allow no-tool aperture changes. - Equipped with windage adjustment requiring a tool, providing audible feedback, and secure adjustments. - Must be made of hardened T6 aluminum and black anodized. 2. **Flip-Up Front Iron Sights**: - Designed for standard height full 1913 Picatinny rails. - Equipped with a single sighting post and elevation adjustment feature. 3. **45 Degree Offset Folding Iron Sights**: - Similar design requirements as above, ensuring compatibility with standard CBP equipment. All items must be permanently marked with legible serial numbers visible when mounted on firearms, packaged appropriately, and shipped FOB Destination. The vendor must provide administrative support including customer service, shipping, handling, and invoicing/payment support. Place of Performance The products will be delivered to various locations throughout CONUS (Continental United States), Alaska, Hawaii, U.S. Virgin Islands, Puerto Rico, and Canada.
| Contact name | John Thomas Crockett |
|---|---|
| Contact email | john.crockett@cbp.dhs.gov |
| Contact phone | None |
Agency: NPS National Office
Location: Harpers Ferry, West Virginia
NAICS: 238290
Agency: Department of Homeland Security
Location: Harpers Ferry, West Virginia
NAICS: 332992
Agency: Customs and Border Protection
Location: Harpers Ferry, West Virginia
NAICS: 332992
Agency: Customs and Border Protection
Location: Harpers Ferry, West Virginia
NAICS: 332994