Army Combat Fitness Test (ACFT) Equipment
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Army Contracting Command - Warren (ACC-WRN) intends to issue a Request for Proposal (RFP), W56HZV-19-R-0028, for Army Combat Fitness Test (ACFT) Equipment. This opportunity is a Total Small Business Set-Aside and will result in a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. The RFP is expected in December 2018, with an award anticipated by March 2019.
Scope of Work
The contractor will be responsible for acquiring and kitting 26,000 to 30,000 sets of ACFT equipment. Each set, identified by NSN: 7830-01-675-1851, includes 11 specific items:
- 1 x Hexagon Bar/Trap-Bar: Non-rust, d-handle not allowed, loadable sleeve for 4x45lb bumper plates, 60lb empty weight.
- Bumper Plates (550lb total per set): Solid rubber, forged stainless steel insert, including 4x10lb, 2x15lb, 2x25lb, 2x35lb, and 8x45lb plates.
- 1 x (Pair) Barbell Collar/Spring: For 50mm Olympic bars, rubber interior, quick-locking mechanism.
- 1 x Nylon Sled (With Pull Strap): Dragged on multiple surfaces, capable of holding up to four 45lb plates.
- 1 x 10lb Rubber Medicine Ball: Approximately 9" diameter, 10lbs.
- 2 x 40lb Kettlebell: Cast-iron or cast steel, natural slip-free texture, seamless finish.
- 1 x Measuring Tape (Metric): Durable, vinyl-coated fiberglass, ABS shatter-resistant case, closed reel, designed for outdoor use.
Deliveries of ACFT equipment must be in-hand to Army units no later than October 1, 2019, with phased deliveries recommended to start by April 2019. The Government anticipates using Government Bill of Lading (GBL) Transportation Authorization Code (TAC) for direct vendor delivery.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Ordering Periods: Three
- Set-Aside: Total Small Business (FAR 19.5)
- Guaranteed Minimum: 26,000 sets
- Maximum Quantity: 30,000 sets
- RFP Release: Expected December 2018
- RFP Close: 30 days after issuance
- Award Date: No later than March 2019
- Delivery Deadline: October 1, 2019
Evaluation
The Government expects to award a single, "all or none" contract. All responsible sources may submit a bid, proposal, or quotation for consideration.
Additional Notes
Market research indicated capacity limitations with manufacturing components, and subcontracting opportunities are expected. Companies interested in subcontracting may identify themselves on FedBizOpps. Questions related to this requirement are to be submitted to the Contract Specialist at the time of the solicitation release only. The point of contact is Lee Tappy, Contract Specialist, at lee.f.tappy.civ@mail.mil.