DHS awards $2.9M for RMR optics, impacting firearms and tactical programs
Contract Overview
Contract Amount: $2,927,500 ($2.9M)
Contractor: Atlantic Diving Supply, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2025-09-09
End Date: 2025-12-08
Contract Duration: 90 days
Daily Burn Rate: $32.5K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: THIS AWARD IS TO PROCURE RMR OPTICS FOR DUTY WEAPON CONVERSION FOR ICE- OFFICE OF FIREARMS AND TACTICAL PROGRAMS (OFTP).
Place of Performance
Location: SAINT PETERSBURG, PINELLAS County, FLORIDA, 33714
State: Florida Government Spending
Plain-Language Summary
Department of Homeland Security obligated $2.9 million to ATLANTIC DIVING SUPPLY, INC. for work described as: THIS AWARD IS TO PROCURE RMR OPTICS FOR DUTY WEAPON CONVERSION FOR ICE- OFFICE OF FIREARMS AND TACTICAL PROGRAMS (OFTP). Key points: 1. Value for money appears fair given the specialized nature of duty weapon optics. 2. Competition dynamics suggest a potentially competitive process, though details are limited. 3. Risk indicators are low, with a fixed-price contract and defined delivery period. 4. Performance context centers on equipping law enforcement with modern firearm accessories. 5. Sector positioning is within defense and law enforcement equipment procurement.
Value Assessment
Rating: fair
The contract value of $2.9M for RMR optics seems reasonable for specialized law enforcement equipment. Benchmarking against similar contracts for tactical firearm accessories would provide a clearer picture of value. The firm fixed-price structure helps control costs, but without detailed specifications or market comparisons, a precise value-for-money assessment is challenging. The duration of the delivery order (90 days) suggests a focused procurement rather than a long-term supply agreement.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' which indicates that while the competition was intended to be broad, certain sources were excluded. This suggests a specific reason for exclusion, potentially related to technical requirements or existing relationships. The number of bidders is not specified, making it difficult to fully assess the level of competition and its impact on price discovery. Further details on the exclusion criteria would clarify the competitive landscape.
Taxpayer Impact: The limited competition may mean taxpayers did not benefit from the lowest possible prices achievable through a fully open bidding process.
Public Impact
ICE officers within the Office of Firearms and Tactical Programs (OFTP) will benefit from upgraded duty weapons. The services delivered involve the procurement of specialized RMR (Reflex Mini Red) optics for firearms. The geographic impact is primarily within Florida (ST, SN), where the contractor is based. Workforce implications include equipping law enforcement personnel with enhanced aiming solutions, potentially improving operational effectiveness.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of detailed competition metrics makes it hard to confirm optimal pricing.
- Exclusion of sources, while potentially justified, limits the scope of competition.
- Short delivery window might indicate urgency, potentially impacting negotiation leverage.
Positive Signals
- Firm fixed-price contract provides cost certainty.
- Procurement supports critical law enforcement functions.
- Contract awarded to a known entity (Atlantic Diving Supply, Inc.) may imply a degree of reliability.
Sector Analysis
This contract falls within the defense and law enforcement equipment sector, specifically focusing on firearm accessories. The market for tactical optics is competitive, with numerous manufacturers offering various solutions. Spending in this area is driven by the need for law enforcement agencies to maintain modern and effective equipment. Comparable spending benchmarks would involve analyzing other government contracts for similar tactical optics or firearm upgrade kits.
Small Business Impact
The data indicates this contract was not set aside for small businesses (sb: false). There is no information provided regarding subcontracting plans. Therefore, the direct impact on the small business ecosystem from this specific award is likely minimal, unless Atlantic Diving Supply, Inc. utilizes small businesses in its supply chain.
Oversight & Accountability
Oversight for this contract would fall under the Department of Homeland Security (DHS) and U.S. Immigration and Customs Enforcement (ICE). As a delivery order under a larger contract vehicle, oversight may be managed through established procurement review processes. Transparency is facilitated by public contract databases, but detailed performance monitoring and Inspector General jurisdiction would depend on the specific terms and potential issues arising during the contract period.
Related Government Programs
- ICE Firearms and Tactical Programs
- Law Enforcement Equipment Procurement
- Department of Homeland Security Acquisitions
- Tactical Optics and Sighting Systems
Risk Flags
- Limited competition details
- Potential for higher costs due to source exclusion
- Short delivery window may pose logistical challenges
Tags
homeland-security, ice, firearms, tactical-optics, delivery-order, firm-fixed-price, limited-competition, defense-contracting, law-enforcement-equipment, florida, atlantic-diving-supply-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $2.9 million to ATLANTIC DIVING SUPPLY, INC.. THIS AWARD IS TO PROCURE RMR OPTICS FOR DUTY WEAPON CONVERSION FOR ICE- OFFICE OF FIREARMS AND TACTICAL PROGRAMS (OFTP).
Who is the contractor on this award?
The obligated recipient is ATLANTIC DIVING SUPPLY, INC..
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Immigration and Customs Enforcement).
What is the total obligated amount?
The obligated amount is $2.9 million.
What is the period of performance?
Start: 2025-09-09. End: 2025-12-08.
What is the specific technical requirement for the RMR optics, and how does it compare to commercial off-the-shelf (COTS) options?
The provided data does not specify the exact technical requirements for the RMR optics beyond their intended use for duty weapon conversion. Typically, law enforcement-grade optics require enhanced durability, specific reticle patterns, battery life, and resistance to recoil and environmental factors compared to standard COTS versions. Without detailed specifications, it's difficult to ascertain if this procurement is for specialized military/LE-grade optics or enhanced COTS products. The price point of $2.9M for an unspecified quantity suggests either a high unit cost for premium features or a significant number of units being procured.
What does 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' specifically entail for this contract?
This contract type, often referred to as 'J&A' (Justification and Approval) or 'sole source with justification,' means that while the government intended to conduct full and open competition, specific sources were excluded. This exclusion must be justified by a compelling reason, such as unique capabilities, proprietary technology, or urgent needs that only a limited number of contractors can meet. For this contract, it implies that not all potential offerors were allowed to bid, potentially limiting the competitive pool and possibly impacting the final price compared to a truly open competition.
What is the historical spending pattern for RMR optics or similar firearm accessories by ICE or DHS?
The provided data does not include historical spending patterns for RMR optics or similar accessories by ICE or DHS. To assess this, one would need to analyze past contract awards for these items over several fiscal years. Understanding historical spending would help determine if this $2.9M award represents an increase, decrease, or consistent level of investment in such equipment. It would also reveal trends in pricing and the types of contractors previously awarded these types of procurements.
What is the track record of Atlantic Diving Supply, Inc. in fulfilling government contracts, particularly for tactical equipment?
The provided data identifies Atlantic Diving Supply, Inc. as the contractor but does not offer details on their track record. A comprehensive assessment would require reviewing their past performance on federal contracts, including delivery timeliness, quality of goods, and overall customer satisfaction ratings. Information from sources like the Federal Procurement Data System (FPDS) or CPARS (Contractor Performance Assessment Reporting System) would be necessary to evaluate their reliability and experience in supplying tactical equipment like RMR optics.
How does the $2.9M contract value compare to the total budget or spending for ICE's firearms and tactical programs?
The provided data does not include the total budget or overall spending for ICE's Office of Firearms and Tactical Programs (OFTP). Therefore, it is impossible to determine the relative significance of this $2.9M award within the context of the program's total financial resources. To make this comparison, one would need access to ICE's budget allocations and expenditure reports for the relevant fiscal years.
What are the potential risks associated with a 90-day delivery period for specialized optics?
A 90-day delivery period for specialized optics, while relatively short, can present risks. These include potential delays in manufacturing or supply chain disruptions affecting the contractor's ability to meet the deadline. If the optics are highly specialized or require custom modifications, the lead time could be challenging. Furthermore, a compressed timeline might limit the government's ability to conduct thorough quality assurance checks before acceptance, potentially increasing the risk of receiving non-conforming or substandard equipment.
Industry Classification
NAICS: Manufacturing › Other Fabricated Metal Product Manufacturing › Small Arms, Ordnance, and Ordnance Accessories Manufacturing
Product/Service Code: CLOTHING, INDIVIDUAL EQUIPMENT, INSIGNA, AND JEWELRY
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 621 LYNNHAVEN PKWY, VIRGINIA BEACH, VA, 23452
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,927,500
Exercised Options: $2,927,500
Current Obligation: $2,927,500
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70B06C24D00000013
IDV Type: IDC
Timeline
Start Date: 2025-09-09
Current End Date: 2025-12-08
Potential End Date: 2025-12-08 00:00:00
Last Modified: 2026-02-23
More Contracts from Atlantic Diving Supply, Inc.
- GEN III Ecwcs KIT: — $135.2M (Department of Defense)
- GEN III Ecwcs KIT: — $110.0M (Department of Defense)
- 4565981439!KIT Manwearable TLS — $104.9M (Department of Defense)
- 4570386387!2.22.5 HZ 4DBI Ruggedized Antenna; Nato — $90.6M (Department of Defense)
- NSN: 5965-01-453-2687, Picvc Headset, Medium NSN: 5965-01-453-2684, Picvc Headset, Large System: Vehicle Intercom System (VIS) — $82.6M (Department of Defense)
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)