DHS ICE Awards $3.8M for TASER Supplies Under Sole-Source IDIQ

Contract Overview

Contract Amount: $3,846,870 ($3.8M)

Contractor: Axon Enterprise, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2025-09-26

End Date: 2026-01-31

Contract Duration: 127 days

Daily Burn Rate: $30.3K/day

Competition Type: NOT COMPETED

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: THIS DELIVERY ORDER PROCURES TASER SUPPLIES/CARTRIDGES UNDER THE ICE INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) TO SUPPORT THE OFFICE OF FIREARMS AND TACTICAL PROGRAMS (OFTP).

Place of Performance

Location: FORT BENNING, CHATTAHOOCHEE County, GEORGIA, 31905

State: Georgia Government Spending

Plain-Language Summary

Department of Homeland Security obligated $3.8 million to AXON ENTERPRISE, INC. for work described as: THIS DELIVERY ORDER PROCURES TASER SUPPLIES/CARTRIDGES UNDER THE ICE INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) TO SUPPORT THE OFFICE OF FIREARMS AND TACTICAL PROGRAMS (OFTP). Key points: 1. Procurement of TASER supplies and cartridges for ICE's Office of Firearms and Tactical Programs. 2. Contract awarded to Axon Enterprise, Inc., the sole manufacturer of TASER products. 3. Delivery order issued under an existing ICE IDIQ contract. 4. Spending is for a 127-day period, ending January 31, 2026.

Value Assessment

Rating: fair

The total award amount is $3,846,869.60. Without specific unit pricing or historical data for similar TASER supply contracts, a direct price comparison is difficult. However, the sole-source nature suggests limited negotiation leverage.

Cost Per Unit: N/A

Competition Analysis

Competition Level: sole-source

This delivery order was not competed, as Axon Enterprise, Inc. is the sole provider of TASER products. This limits price discovery and competition, relying on the existing IDIQ's price structure.

Taxpayer Impact: Taxpayers are funding essential equipment for law enforcement training and operations, with limited opportunity for cost savings through competition.

Public Impact

Ensures ICE officers have necessary equipment for training and operational readiness. Supports the Office of Firearms and Tactical Programs' mission. Relies on a single vendor, potentially limiting long-term cost-effectiveness. Funds are allocated for a short duration, indicating ongoing needs.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This procurement falls under the 'Small Arms, Ordnance, and Ordnance Accessories Manufacturing' sector. Spending benchmarks for this specific type of tactical equipment are not readily available, but it is a critical component for law enforcement agencies.

Small Business Impact

The contract was awarded to Axon Enterprise, Inc., a large business. There is no indication of subcontracting opportunities for small businesses within this specific delivery order.

Oversight & Accountability

The delivery order is placed under an existing ICE IDIQ contract, suggesting prior oversight. However, the sole-source nature warrants scrutiny to ensure fair pricing and necessity.

Related Government Programs

Risk Flags

Tags

small-arms-ordnance-and-ordnance-accesso, department-of-homeland-security, ga, delivery-order, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $3.8 million to AXON ENTERPRISE, INC.. THIS DELIVERY ORDER PROCURES TASER SUPPLIES/CARTRIDGES UNDER THE ICE INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) TO SUPPORT THE OFFICE OF FIREARMS AND TACTICAL PROGRAMS (OFTP).

Who is the contractor on this award?

The obligated recipient is AXON ENTERPRISE, 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 $3.8 million.

What is the period of performance?

Start: 2025-09-26. End: 2026-01-31.

What is the justification for the sole-source award, and were alternative suppliers for similar tactical equipment considered?

The sole-source justification stems from Axon Enterprise, Inc. being the exclusive manufacturer of TASER products. While alternative suppliers for general tactical equipment might exist, they cannot fulfill the specific requirement for TASER brand supplies and cartridges. ICE likely relied on the existing IDIQ's justification for sole-sourcing this specific product line.

How does the unit cost of these TASER supplies compare to previous procurements or industry benchmarks, given the sole-source nature?

Without access to the specific unit costs within this delivery order or historical pricing data from previous ICE procurements, a direct comparison is challenging. Given the sole-source status, it's crucial for ICE to have robust internal cost analysis or rely on pre-negotiated rates within the IDIQ to ensure the pricing is fair and reasonable, despite the lack of competitive bidding.

What is the long-term strategy for procuring TASER supplies to ensure cost-effectiveness and operational continuity?

The long-term strategy should involve exploring options beyond sole-source procurement if feasible, such as seeking competitive bids for alternative less-lethal options or negotiating longer-term agreements with Axon that include volume discounts. Ensuring consistent funding and clear demand forecasts will also be crucial for effective planning and potential cost savings over time.

Industry Classification

NAICS: ManufacturingOther Fabricated Metal Product ManufacturingSmall Arms, Ordnance, and Ordnance Accessories Manufacturing

Product/Service Code: WEAPONS

Competition & Pricing

Extent Competed: NOT COMPETED

Solicitation Procedures: ONLY ONE SOURCE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 17800, NORTH 85TH STREET, SCOTTSDALE, AZ, 85255

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

Financial Breakdown

Contract Ceiling: $3,846,870

Exercised Options: $3,846,870

Current Obligation: $3,846,870

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 70CMSW23D00000003

IDV Type: IDC

Timeline

Start Date: 2025-09-26

Current End Date: 2026-01-31

Potential End Date: 2026-01-31 00:00:00

Last Modified: 2026-02-24

More Contracts from Axon Enterprise, Inc.

View all Axon Enterprise, Inc. federal contracts →

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending