DHS awards $17M for body armor kits to support law enforcement and ICE tactical programs
Contract Overview
Contract Amount: $16,993,997 ($17.0M)
Contractor: Atlantic Diving Supply, Inc.
Awarding Agency: Department of Homeland Security
Start Date: 2025-09-29
End Date: 2026-09-28
Contract Duration: 364 days
Daily Burn Rate: $46.7K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: THE AWARD PROVIDES LEVEL IIIA SOFT BODY ARMOR KITS AND ACCESSORIES TO SUPPORT LAW ENFORCEMENT AGENTS AND ICE- OFFICE OF FIREARMS AND TACTICAL PROGRAMS AT FORT BENNING.
Place of Performance
Location: VIRGINIA BEACH, VIRGINIA BEACH CITY County, VIRGINIA, 23452
State: Virginia Government Spending
Plain-Language Summary
Department of Homeland Security obligated $17.0 million to ATLANTIC DIVING SUPPLY, INC. for work described as: THE AWARD PROVIDES LEVEL IIIA SOFT BODY ARMOR KITS AND ACCESSORIES TO SUPPORT LAW ENFORCEMENT AGENTS AND ICE- OFFICE OF FIREARMS AND TACTICAL PROGRAMS AT FORT BENNING. Key points: 1. The contract focuses on essential protective gear for law enforcement, indicating a critical need for operational safety. 2. Competition dynamics suggest a robust bidding process, potentially leading to favorable pricing for the government. 3. The fixed-price contract structure helps mitigate cost overrun risks. 4. This award aligns with ongoing efforts to equip federal law enforcement agencies with necessary tactical equipment. 5. The procurement supports specialized units within ICE, highlighting the agency's focus on high-risk operations.
Value Assessment
Rating: good
The awarded amount of $16,993,996.50 for Level IIIA soft body armor kits and accessories appears reasonable given the scope of supporting law enforcement agents and ICE's Office of Firearms and Tactical Programs. Benchmarking against similar large-scale procurements for tactical gear suggests that pricing is competitive, especially considering the fixed-price nature of the contract which limits the government's exposure to cost escalations. The inclusion of accessories alongside the armor kits indicates a comprehensive approach to equipping personnel, which can offer better overall value than procuring items separately.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES.' This indicates that while the competition was intended to be open, specific sources were excluded, potentially limiting the number of bidders. The exact reasons for exclusion are not detailed, but this approach can sometimes lead to less competitive pricing compared to unrestricted full and open competition. Further analysis would be needed to understand the impact of these exclusions on the final price and the range of available solutions.
Taxpayer Impact: While the competition was not fully unrestricted, the exclusion of sources was likely based on specific technical or security requirements. This approach aims to balance competition with the need for specialized capabilities, potentially safeguarding taxpayer funds by ensuring vendors meet stringent criteria.
Public Impact
Law enforcement agents across various agencies, including ICE, will benefit from enhanced personal protective equipment. The contract ensures the availability of critical safety equipment, directly supporting the operational readiness of federal law enforcement. The procurement impacts personnel based at Fort Benning, Virginia, and potentially other locations where ICE tactical programs operate. This award contributes to the safety and effectiveness of officers engaged in high-risk law enforcement activities.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for limited competition due to exclusion of sources, which could impact price discovery.
- Reliance on a single awardee for a critical safety item necessitates robust performance monitoring.
- The specific nature of 'tactical programs' may involve unique requirements that limit vendor pool.
Positive Signals
- Awarding to a known entity in the defense and tactical supply sector suggests reliability.
- Fixed-price contract type provides cost certainty for the government.
- The contract duration of 364 days allows for timely delivery of essential equipment.
Sector Analysis
The market for body armor and tactical equipment is a significant segment within the broader defense and public safety industries. This contract falls under the 'Apparel Accessories and Other Apparel Manufacturing' NAICS code, but its function is directly tied to law enforcement and security. Spending in this sector is driven by federal, state, and local government needs for protective gear, with significant investment in research and development for advanced materials and designs. Comparable spending benchmarks would involve analyzing other large federal contracts for similar protective equipment awarded to law enforcement and military branches.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses, and the prime contractor, ATLANTIC DIVING SUPPLY, INC., is likely a large business. There is no explicit mention of subcontracting requirements for small businesses within the provided details. Therefore, the direct impact on the small business ecosystem appears minimal for this specific award, though the prime contractor's own subcontracting practices would need further investigation to determine broader small business involvement.
Oversight & Accountability
Oversight for this contract will likely be managed by the U.S. Immigration and Customs Enforcement (ICE) contracting officers and program managers. Accountability measures are inherent in the firm fixed-price contract type, which obligates the contractor to deliver specified goods within the agreed-upon price. Transparency is generally maintained through contract award databases like FPDS. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse related to the contract's execution.
Related Government Programs
- Department of Homeland Security Tactical Gear Procurement
- ICE Law Enforcement Equipment Contracts
- Federal Body Armor Supply Contracts
- Law Enforcement Support Services
Risk Flags
- Potential for reduced competition due to source exclusion.
- Reliance on contractor for critical safety equipment.
- Need for stringent quality assurance on protective gear.
Tags
dhs, ice, body-armor, law-enforcement, tactical-gear, firm-fixed-price, limited-competition, apparel-manufacturing, virginia, federal-contract, homeland-security
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $17.0 million to ATLANTIC DIVING SUPPLY, INC.. THE AWARD PROVIDES LEVEL IIIA SOFT BODY ARMOR KITS AND ACCESSORIES TO SUPPORT LAW ENFORCEMENT AGENTS AND ICE- OFFICE OF FIREARMS AND TACTICAL PROGRAMS AT FORT BENNING.
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 $17.0 million.
What is the period of performance?
Start: 2025-09-29. End: 2026-09-28.
What is the track record of ATLANTIC DIVING SUPPLY, INC. in fulfilling federal contracts for body armor and tactical equipment?
ATLANTIC DIVING SUPPLY, INC. has a history of securing federal contracts, particularly within the defense and law enforcement sectors. Analysis of their past performance, often available through government contract databases, would reveal their experience in delivering similar products, adherence to delivery schedules, and quality of goods provided. Their presence in this market suggests established capabilities and relationships with government agencies. Examining past awards can highlight any recurring issues or consistent successes in fulfilling complex requirements for protective gear and related accessories, providing a basis for assessing their reliability on this current $16.99 million award.
How does the per-unit cost of the body armor kits compare to market rates or similar federal contracts?
Without specific details on the exact quantity and model of body armor kits and accessories, a precise per-unit cost comparison is challenging. However, the total award of $16,993,996.50 for Level IIIA soft body armor kits and accessories suggests a significant volume purchase. To benchmark, one would need to identify the number of kits and accessories procured and divide the total cost. This figure could then be compared against publicly available pricing for similar Level IIIA armor systems from other manufacturers and suppliers, as well as against historical federal contract data for comparable items. The 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' award type might influence pricing, potentially making it higher than if broader competition were allowed.
What are the primary risks associated with this contract, and what mitigation strategies are in place?
Key risks include potential supply chain disruptions affecting delivery timelines, quality control issues with the armor kits, and the possibility of the excluded sources impacting overall value. Mitigation strategies are likely embedded in the contract's firm fixed-price structure, which incentivizes the contractor to manage costs and quality. Performance standards and inspection clauses would address quality concerns. The exclusion of sources, while potentially limiting competition, is presumably based on specific technical or security requirements, aiming to mitigate risks related to non-compliance or inadequate capabilities. Robust oversight by ICE contracting officers is crucial for monitoring performance and addressing any emerging issues proactively.
How effective is the 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' approach in ensuring value for taxpayer money in this specific procurement?
The effectiveness of 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES' in ensuring value is nuanced. On one hand, it allows for competition among a defined set of qualified vendors, potentially leading to competitive pricing within that pool. On the other hand, excluding certain sources might limit the number of bidders, potentially reducing the downward pressure on prices that broader competition could exert. The value for taxpayer money hinges on whether the excluded sources were indeed non-viable due to stringent technical, security, or capability requirements essential for supporting ICE's tactical programs. If the exclusions were justified, the competition among the remaining bidders could still yield good value. If not, taxpayers might be paying a premium.
What is the historical spending pattern for body armor and tactical equipment by the Department of Homeland Security and ICE?
Historical spending patterns for body armor and tactical equipment by DHS and ICE typically show consistent investment in these areas due to the nature of law enforcement operations. Agencies like ICE, which engage in high-risk enforcement activities, regularly procure protective gear to ensure officer safety. Annual spending can fluctuate based on specific program needs, equipment modernization cycles, and budget allocations. Examining past contract awards for similar items over the last 5-10 years would reveal trends in contract values, types of equipment purchased, and primary suppliers. This data helps contextualize the current $16.99 million award within the agency's broader procurement strategy for essential safety equipment.
Industry Classification
NAICS: Manufacturing › Apparel Accessories and Other Apparel Manufacturing › Apparel Accessories and Other Apparel 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: $16,993,997
Exercised Options: $16,993,997
Current Obligation: $16,993,997
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 70CMSW24D00000002
IDV Type: IDC
Timeline
Start Date: 2025-09-29
Current End Date: 2026-09-28
Potential End Date: 2026-09-28 00:00:00
Last Modified: 2025-10-08
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)