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
- Sole-source procurement limits competition.
- Short performance period.
- Lack of detailed unit cost data for benchmarking.
Positive Signals
- Supports critical law enforcement functions.
- Utilizes an existing IDIQ contract.
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
- Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Department of Homeland Security Contracting
- U.S. Immigration and Customs Enforcement Programs
Risk Flags
- Sole-source procurement limits competitive pricing.
- Lack of transparency in unit costs.
- Potential for price increases without competition.
- Short performance period may indicate recurring need without long-term planning.
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: Manufacturing › Other Fabricated Metal Product Manufacturing › Small 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.
- TD 24066 Taser 10 Cyclical Replacement Plus 6-BAY Dock and Core, Contract - 15M10424DA4700002 Shipping Information: Refer to Attachment "export to Axon" Spreadsheet for Dropship Locations. COR: KEN Fuller JR., Kenneth.fuller@usdoj.gov — $14.0M (Department of Justice)
- Idvrs / Body Worn Cameras (BWS) — $8.3M (Department of Homeland Security)
- Body Worn Cameras for the Office of Firearms and Tactical Programs (oftp) Field USE — $7.2M (Department of Homeland Security)
- Procurement of Congressional Mandated Body Worn Camera (BWC) Commodities and Services to Include Automatically Activated BWC Recording Device Kits, Docking Stations, Video Management System (VMS) Software, and Cloud Storage Licenses to Support LAW EN — $5.1M (Department of Homeland Security)
- Information Technology Division (ITD) / Body-Worn Camera Program Office (bwcpo) Enterprise License Agreement (ELA) for the Axon Evidence High Authorized Certified Digital Evidence Management System (dems) — $4.4M (Department of Justice)
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)