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) is soliciting proposals for Small Arms Protective Inserts (SAPI) to support Foreign Military Sales (FMS). This is a 100% HUBZone Small Business Set-Aside for a single-award Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price (FFP) contract with a five-year ordering period. Proposals are due April 22, 2026, at 10:00 AM ET.
Purpose & Scope
This solicitation seeks SAPI in X-Small, Small, Medium, Large, and X-Large sizes, providing ballistic protection for various body armor systems. SAPI are designated as a Critical Safety Item (CSI). All products must comply with the Berry Amendment, meaning components must be grown, reprocessed, reused, or produced in the United States. The contract supports FMS cases, with orders issued on an as-needed basis.
Key Requirements & Deliverables
Offerors must submit Product Demonstration Models (PDM) for government test and evaluation, with testing costs borne by the offeror. Post-award First Article Testing (FAT) and Production Lot Testing (LAT) will be government-funded, conducted at the U.S. Army Aberdeen Test Center (ATC). A comprehensive Quality Management System (QMS) demonstrating compliance with ISO 9001:2015 standards is required, along with various Contract Data Requirements List (CDRL) items such as Corrective Action Reports (CAR), Monthly Status Reports, Engineering Change Requests (ECR), Production Process Packages (PPP), and Technical Data Packages (TDP).
Contract Details
- Contract Type: Single-Award IDIQ, Firm Fixed Price (FFP)
- Ordering Period: Five (5) years
- NAICS Code: 339113 (Armor, Personal)
- Set-Aside: 100% HUBZone Small Business. Non-HUBZone firms may only participate as subcontractors or in approved joint ventures.
- Place of Performance: Aberdeen Proving Ground, MD
Submission & Evaluation
Proposals must be submitted electronically and consist of five volumes: Technical, Quality Management System (QMS), Past Performance, Price, and Solicitation/Award Documents. Evaluation is a two-phase, best-value approach:
- Phase 1: Technical (Pass/Fail), including PDM Test Report, Dry Layup Sample, Government Retained Sample, and Written Technical Narrative. The page limit for the technical volume does not apply to PDM reports.
- Phase 2: QMS (significantly more important than Past Performance), and both combined are more important than Price. QMS must be "Acceptable" or better, and Past Performance "Neutral" or better. Page limits will be strictly enforced. Prices quoted and evaluated will be used for delivery orders.
Deadlines & Contacts
- Proposal Due Date: April 22, 2026, 10:00 AM ET
- Past Performance Questionnaire Return: April 21, 2026 (for references)
- Primary Point of Contact: Andrea L. Seaman (andrea.l.seaman.civ@army.mil)
- Secondary Point of Contact: Shelby A. Saum (shelby.a.saum.civ@army.mil) To obtain Purchase Description (PD) and SAPI drawing specifications, submit "Attachment 11 – Document Release Request Form" for approval.