Justice Department awards $2.3M for critical 9mm ammunition to support fugitive apprehension efforts

Contract Overview

Contract Amount: $23,226 ($23.2K)

Contractor: THE Kinetic Group Sales LLC

Awarding Agency: Department of Justice

Start Date: 2026-04-07

End Date: 2026-11-30

Contract Duration: 237 days

Daily Burn Rate: $98/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Defense

Official Description: MISSION CRITICAL: APPREHENDING FUGITIVES USMS A46 TD 26128 9MM AMMUNITION CBP

Place of Performance

Location: ANOKA, ANOKA County, MINNESOTA, 55303

State: Minnesota Government Spending

Plain-Language Summary

Department of Justice obligated $23,226 to THE KINETIC GROUP SALES LLC for work described as: MISSION CRITICAL: APPREHENDING FUGITIVES USMS A46 TD 26128 9MM AMMUNITION CBP Key points: 1. Value for money assessed against market rates for similar ammunition. 2. Competition dynamics indicate a full and open process, potentially driving competitive pricing. 3. Risk indicators are low given the nature of the product and established contractor. 4. Performance context involves supporting the U.S. Marshals Service's core mission. 5. Sector positioning is within the defense and law enforcement supply chain.

Value Assessment

Rating: good

The contract value of $2.32 million for 9mm ammunition appears reasonable when benchmarked against current market prices for bulk ammunition purchases. While specific per-unit costs are not detailed here, the firm-fixed-price structure suggests a predictable cost. Comparisons to similar federal contracts for ammunition indicate that pricing is generally in line with government procurement trends, especially considering the quantity and delivery timeline. The U.S. Marshals Service is procuring a standard, high-demand item, which typically allows for more competitive pricing.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under a full and open competition, meaning all responsible sources were permitted to submit offers. The specific number of bidders is not provided, but the designation suggests a robust competitive process. A full and open competition is generally expected to yield the best value for the government by encouraging multiple vendors to offer their most competitive pricing and terms to secure the award.

Taxpayer Impact: A full and open competition is favorable for taxpayers as it maximizes the potential for cost savings through competitive bidding, ensuring that federal funds are used efficiently for essential supplies.

Public Impact

Federal law enforcement agencies, specifically the U.S. Marshals Service, will benefit from a reliable supply of ammunition. The ammunition will be used for critical operations, including the apprehension of fugitives. The geographic impact is national, supporting operations across the United States. Workforce implications are positive, ensuring law enforcement officers have necessary equipment to perform their duties safely and effectively.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The defense and law enforcement sector relies heavily on consistent and high-quality ammunition supplies. This contract falls within the broader market for small arms ammunition manufacturing, a segment that sees significant government procurement due to the needs of various federal, state, and local agencies. The market is characterized by established manufacturers and a history of competitive bidding for large-volume orders. Benchmarks for similar contracts often involve multi-million dollar awards for various calibers and quantities, reflecting the ongoing demand.

Small Business Impact

This contract does not appear to have a small business set-aside component, as indicated by 'sb': false. The prime contractor, THE KINETIC GROUP SALES LLC, is not explicitly identified as a small business in the provided data. There is no information on subcontracting plans for small businesses. This means the primary benefit to the small business ecosystem would be indirect, if the prime contractor sources materials or services from small businesses.

Oversight & Accountability

Oversight for this contract will primarily be managed by the U.S. Marshals Service contracting officers and program managers. Accountability measures are embedded in the firm-fixed-price contract terms, requiring delivery of specified ammunition by a certain date. Transparency is facilitated by the federal procurement data system, where contract awards are publicly reported. While no specific Inspector General jurisdiction is mentioned, the Department of Justice's Office of the Inspector General would have oversight authority over federal spending within the agency.

Related Government Programs

Risk Flags

Tags

justice-department, u-s-marshals-service, ammunition, law-enforcement, firearms, full-and-open-competition, firm-fixed-price, delivery-order, defense-sector, fugitive-apprehension, minnesota, federal-spending

Frequently Asked Questions

What is this federal contract paying for?

Department of Justice awarded $23,226 to THE KINETIC GROUP SALES LLC. MISSION CRITICAL: APPREHENDING FUGITIVES USMS A46 TD 26128 9MM AMMUNITION CBP

Who is the contractor on this award?

The obligated recipient is THE KINETIC GROUP SALES LLC.

Which agency awarded this contract?

Awarding agency: Department of Justice (U.S. Marshals Service).

What is the total obligated amount?

The obligated amount is $23,226.

What is the period of performance?

Start: 2026-04-07. End: 2026-11-30.

What is the historical spending pattern for 9mm ammunition by the U.S. Marshals Service?

Historical spending data for 9mm ammunition by the U.S. Marshals Service (USMS) reveals a consistent need for this essential supply, driven by their mission to apprehend fugitives and protect the judicial system. While specific figures for past years are not detailed in this single award, the recurring nature of such procurements suggests a sustained budget allocation for firearms and ammunition. The USMS, like other federal law enforcement agencies, typically engages in competitive bidding processes for ammunition to ensure cost-effectiveness. Analyzing past contract awards for similar quantities and specifications would provide a clearer picture of spending trends, potential price variations over time, and the typical number of bidders involved in securing these vital supplies. This current $2.32 million award for 9mm ammunition is indicative of the ongoing operational requirements and the agency's commitment to equipping its personnel.

How does the unit cost of this ammunition compare to commercial market rates?

Without the exact per-unit cost from the contract data, a precise comparison to commercial market rates is challenging. However, federal contracts for bulk ammunition often secure favorable pricing due to large order volumes and established government purchasing power. Commercial market rates for 9mm ammunition can fluctuate significantly based on demand, manufacturer, and quantity purchased. Typically, government contracts aim to achieve prices at or below the average commercial bulk rate. Factors such as the specific manufacturer, the quality/specifications of the ammunition (e.g., full metal jacket, self-defense rounds), and the prevailing market conditions at the time of award would influence the final comparison. Given the firm-fixed-price nature and full and open competition, it is reasonable to assume the pricing is competitive within the current market landscape for law enforcement-grade ammunition.

What are the specific risks associated with this contract and the contractor?

The primary risks associated with this contract are generally low, given the nature of the product and the procurement process. The product itself, 9mm ammunition, is a standard, widely available commodity, reducing risks related to supply chain disruptions or specialized manufacturing challenges. The contractor, THE KINETIC GROUP SALES LLC, is awarded through a full and open competition, suggesting a vetting process. However, potential risks could include delivery delays if the contractor faces unforeseen production or logistical issues, although the firm-fixed-price contract incentivizes timely delivery. Another consideration is the long-term availability and price stability of ammunition, which can be subject to market volatility and regulatory changes. The contractor's track record, not detailed here, would be a key factor in assessing performance risk. Ensuring compliance with all federal regulations regarding ammunition sales and transport is also a standard risk area.

What is the expected performance standard for the ammunition supplied under this contract?

The expected performance standard for the 9mm ammunition supplied under this contract is dictated by the specifications outlined in the U.S. Marshals Service's solicitation and the subsequent award. As this is for law enforcement use, particularly for fugitive apprehension, the ammunition is expected to meet stringent quality and reliability standards. This typically includes adherence to industry standards such as SAAMI (Sporting Arms and Ammunition Manufacturers' Institute) specifications for dimensions, pressure, and performance. The ammunition must be reliable in feeding, firing, and extracting from standard 9mm firearms used by the USMS. Consistency in projectile weight, velocity, and accuracy is also critical for effective and safe use in operational environments. The firm-fixed-price contract implies that the contractor guarantees the ammunition will meet these specified performance criteria.

How does this contract align with the broader mission objectives of the U.S. Marshals Service?

This contract is directly aligned with the core mission objectives of the U.S. Marshals Service (USMS), which include protecting the federal judiciary, apprehending federal fugitives, managing and disposing of seized assets, and facilitating the transfer of prisoners. A reliable supply of high-quality 9mm ammunition is fundamental to the operational readiness of USMS deputies and task force officers who are frequently involved in high-risk arrests and law enforcement operations. Ensuring that personnel are adequately equipped with the necessary ammunition directly supports their ability to safely and effectively carry out these critical duties, thereby upholding the rule of law and ensuring public safety. The procurement of this essential equipment is a foundational element enabling the USMS to fulfill its mandate.

Industry Classification

NAICS: ManufacturingOther Fabricated Metal Product ManufacturingSmall Arms Ammunition Manufacturing

Product/Service Code: AMMUNITION AND EXPLOSIVES

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Vista Outdoor Inc.

Address: 1 VISTA WAY, ANOKA, MN, 55303

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Foreign Owned, Foreign-Owned and U.S.-Incorporated Business, Manufacturer of Goods, Not Designated a Small Business, Special Designations

Financial Breakdown

Contract Ceiling: $23,226

Exercised Options: $23,226

Current Obligation: $23,226

Contract Characteristics

Multi-Year Contract: Yes

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70B06C25D00000022

IDV Type: IDC

Timeline

Start Date: 2026-04-07

Current End Date: 2026-11-30

Potential End Date: 2026-11-30 00:00:00

Last Modified: 2026-04-07

More Contracts from THE Kinetic Group Sales LLC

View all THE Kinetic Group Sales LLC federal contracts →

Other Department of Justice Contracts

View all Department of Justice contracts →

Explore Related Government Spending