DHS awards $3.5M for TASER weapons and supplies to Axon Enterprise, Inc
Contract Overview
Contract Amount: $3,527,757 ($3.5M)
Contractor: Axon Enterprise, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2025-09-30
End Date: 2026-01-31
Contract Duration: 123 days
Daily Burn Rate: $28.7K/day
Competition Type: NOT COMPETED
Pricing Type: FIRM FIXED PRICE
Sector: Defense
Official Description: THIS DELIVERY AWARD PROCURES TASER WEAPONS AND REPLACEMENT SUPPLIES/CARTRIDGES FOR ICE- OFFICE OF FIREARMS AND TACTICAL PROGRAMS AT FORT BENNING, GA.
Place of Performance
Location: FORT BENNING, CHATTAHOOCHEE County, GEORGIA, 31905
State: Georgia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $3.5 million to AXON ENTERPRISE, INC. for work described as: THIS DELIVERY AWARD PROCURES TASER WEAPONS AND REPLACEMENT SUPPLIES/CARTRIDGES FOR ICE- OFFICE OF FIREARMS AND TACTICAL PROGRAMS AT FORT BENNING, GA. Key points: 1. This contract procures TASER weapons and replacement cartridges for ICE. 2. The award is a firm-fixed-price delivery order. 3. The contract duration is approximately 123 days. 4. The estimated value is $3,527,756.80. 5. The contract was not competed. 6. The delivery location is Fort Benning, Georgia.
Value Assessment
Rating: fair
The total award amount of $3.5M for TASER weapons and supplies appears to be a significant expenditure. Without specific details on the quantity of TASER units and cartridges, a direct comparison to similar contracts or market rates is challenging. The firm-fixed-price structure suggests that the government has a clear understanding of the costs involved, but the lack of competition raises questions about whether the best possible price was achieved. Benchmarking against historical ICE or DHS spending on similar equipment would provide further context on value for money.
Cost Per Unit: N/A
Competition Analysis
Competition Level: sole-source
This contract was not competed, indicating a sole-source award. This means that only one vendor, Axon Enterprise, Inc., was solicited for this requirement. While sole-source procurements can be justified for various reasons, such as unique capabilities or urgent needs, the lack of competition typically limits price discovery and may result in higher costs for the government compared to a fully competed procurement. The specific justification for this sole-source award is not provided in the available data.
Taxpayer Impact: The absence of competition means taxpayers may not be benefiting from the most cost-effective pricing that could have been achieved through a bidding process. This could lead to a less efficient use of public funds.
Public Impact
This contract directly supports the operational readiness of U.S. Immigration and Customs Enforcement (ICE) personnel. It ensures that ICE officers are equipped with necessary less-lethal force options. The delivery of TASER weapons and supplies enhances officer safety and public safety. The contract's impact is primarily on federal law enforcement personnel within ICE. The geographic impact is localized to Fort Benning, Georgia, for delivery, but the operational impact is nationwide for ICE.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Lack of competition may lead to higher prices than a competed award.
- Sole-source awards require strong justification to ensure fair pricing.
- Limited duration of the contract may indicate a specific, short-term need or a bridge to a larger procurement.
Positive Signals
- Procurement of essential less-lethal force equipment for law enforcement.
- Firm-fixed-price contract provides cost certainty for the government.
- Direct support to a critical federal agency's operational capabilities.
Sector Analysis
This contract falls within the defense and security sector, specifically related to law enforcement equipment manufacturing. The market for less-lethal weapons like TASERs is dominated by a few key players, with Axon Enterprise, Inc. being a prominent one. Government spending in this area is consistent, driven by the ongoing need for law enforcement agencies to maintain and update their equipment. Benchmarking against other federal agencies' spending on similar less-lethal devices would provide a clearer picture of cost-effectiveness.
Small Business Impact
This contract does not appear to involve a small business set-aside, as indicated by 'sb': false. Furthermore, the data does not provide information on subcontracting plans. Given that Axon Enterprise, Inc. is a large corporation, it is unlikely that this specific award would significantly benefit the small business ecosystem directly, unless there are undisclosed subcontracting opportunities.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of Homeland Security's internal review processes and potentially the U.S. Immigration and Customs Enforcement's contracting oversight. As a delivery order under a larger framework (though not specified here), the initial award's justification and terms would have undergone review. Transparency regarding the specific justification for the sole-source award and detailed pricing breakdowns would enhance accountability.
Related Government Programs
- Less-Lethal Weapons Procurement
- Law Enforcement Equipment
- Department of Homeland Security Spending
- Federal Law Enforcement Armaments
Risk Flags
- Sole-source award lacks competitive pricing.
- Lack of detailed cost breakdown hinders value assessment.
- Specific justification for sole-source not provided.
Tags
defense, homeland-security, ice, taser, less-lethal-weapons, sole-source, firm-fixed-price, delivery-order, georgia, law-enforcement-equipment, axen-enterprise-inc
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $3.5 million to AXON ENTERPRISE, INC.. THIS DELIVERY AWARD PROCURES TASER WEAPONS AND REPLACEMENT SUPPLIES/CARTRIDGES FOR ICE- OFFICE OF FIREARMS AND TACTICAL PROGRAMS AT FORT BENNING, GA.
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 $3.5 million.
What is the period of performance?
Start: 2025-09-30. End: 2026-01-31.
What is the specific justification for this contract being awarded on a sole-source basis?
The provided data indicates the contract was 'NOT COMPETED,' signifying a sole-source award. However, the specific justification for this sole-source determination is not detailed in the data. Common reasons for sole-source awards include unique capabilities of a single provider, urgent and compelling needs where competition is impractical, or when only one responsible source exists. Without further documentation, such as a Justification and Approval (J&A) document, it is impossible to ascertain the precise rationale. This lack of transparency can raise concerns about whether the government explored all viable competitive options to ensure the best value for taxpayers.
How does the unit cost of these TASERs compare to previous awards or market benchmarks?
The provided data does not include the unit cost for the TASER weapons or cartridges, only the total award amount of $3,527,756.80. To assess the unit cost and compare it to benchmarks, we would need information on the quantity of TASER units and the number of cartridges procured. Without this granular data, a direct comparison to previous awards or market rates is not feasible. Benchmarking would require knowing the specific TASER model and the price per unit, which is absent from this summary.
What is Axon Enterprise, Inc.'s track record with federal contracts, particularly with DHS and ICE?
Axon Enterprise, Inc. is a well-established provider of law enforcement technology, including TASER devices. They have a significant history of contracting with federal agencies, including the Department of Homeland Security (DHS) and its components like U.S. Immigration and Customs Enforcement (ICE). While this specific award is a delivery order, Axon likely holds larger indefinite-delivery/indefinite-quantity (IDIQ) contracts or has received numerous other awards from various federal entities for their products and services. A comprehensive review would involve examining their past performance ratings, any past disputes or contract terminations, and the overall volume and value of their federal awards to assess their reliability and pricing history.
What are the specific types and quantities of TASER weapons and cartridges being procured?
The data specifies that the award procures 'TASER WEAPONS AND REPLACEMENT SUPPLIES/CARTRIDGES.' However, it does not detail the specific models of TASER weapons (e.g., TASER X26P, TASER 7) or the exact types and quantities of replacement cartridges being purchased. This level of detail is crucial for understanding the scope of the procurement, assessing its value for money, and comparing it to other similar acquisitions. Without this information, it's difficult to determine if the $3.5M award is commensurate with the equipment being acquired.
What is the operational context for this procurement at Fort Benning, GA?
The data indicates that the TASER weapons and supplies are for the 'ICE- OFFICE OF FIREARMS AND TACTICAL PROGRAMS AT FORT BENNING, GA.' Fort Benning is a U.S. Army installation. ICE personnel stationed or training at Fort Benning would require these less-lethal devices for their duties, which may include law enforcement operations, training, or specialized tactical programs. The presence of ICE's Office of Firearms and Tactical Programs at this location suggests a dedicated unit focused on equipping and training officers in the use of force options, including TASERs.
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: $3,527,757
Exercised Options: $3,527,757
Current Obligation: $3,527,757
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70CMSW23D00000003
IDV Type: IDC
Timeline
Start Date: 2025-09-30
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)