Small Arms Protective Inserts (SAPI) Foreign Military Sales (FMS)
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 U.S. Army Contracting Command at Aberdeen Proving Ground (ACC-APG) has issued a solicitation (W91CRB-26-R-A006) for Small Arms Protective Inserts (SAPI) to support Foreign Military Sales (FMS). This requirement is for a single-award Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price (FFP) contract with a five-year ordering period. SAPI are designated as a Critical Safety Item (CSI) and must comply with the Berry Amendment. Proposals are due April 22, 2026, at 10:00 AM.
Scope of Work
This solicitation covers the procurement and production of SAPI in X-Small, Small, Medium, Large, and X-Large sizes, providing ballistic protection for various body armor systems. The scope includes all activities necessary for First Article Test (FAT) approval, production authorization, manufacturing, and delivery of the end items. All components must be grown, reprocessed, reused, or wholly produced in the United States.
Contract Details
- Contract Type: Single Award Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price (FFP)
- Duration: Five (5) year ordering period
- Set-Aside: HUBZone Small Business (NAICS 339113, Size Standard: 800 employees)
- Product Service Code: 8470 (Armor, Personal)
- Place of Performance: Aberdeen Proving Ground, MD, United States
Key Requirements & Deliverables
Offerors must submit Product Demonstration Models (PDM) for government test and evaluation. Ballistic resistance testing, including FAT, Production Lot Testing, and Quality Assurance testing, will be required. Post-award FAT and Lot Acceptance Testing (LAT) for production lots will be Government Test Funded, though the contractor is responsible for submitting 117 articles for FAT. End items must have at least 90% of component shelf life remaining (minimum five years) upon receipt. Compliance with ISO 9001:2015 or higher standards for Quality Management Systems (QMS) is mandatory, and a crosswalk matrix must be submitted. Comprehensive documentation, including Corrective Action Reports (CAR), Engineering Change Requests (ECR), Material Test Reports (MTR), Production Process Packages (PPP), and Technical Data Packages (TDP), is required.
Submission & Evaluation
Proposals must be submitted electronically by April 22, 2026, at 10:00 AM. Questions are due by April 8, 2026, at 10:00 AM Eastern Time to Andrea.L.Seaman.civ@army.mil. Proposals must consist of five volumes: Technical, Quality Management System, Past Performance, Price, and Solicitation/Offer/Award Documents. Evaluation will be a two-phase, best-value approach, considering Technical (including PDM Test Report, Dry Layup Sample, Written Technical Narrative), QMS (ISO 9001:2015 compliance), Past Performance (recency, relevancy, confidence), and Price. The government intends to award without discussions but reserves the right.
Important Notes
To obtain the Purchase Description (PD) and SAPI drawing specifications, interested offerors must submit "Attachment 11 – Document Release Request Form" for approval. Offerors are responsible for monitoring SAM.gov for any updates.