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% Small Business Set-Aside 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 ET.
Scope of Work
The contractor will provide SAPI in X-Small, Small, Medium, Large, and X-Large sizes, offering ballistic protection for various body armor systems. Key requirements include:
- Berry Amendment Compliance: All SAPI components must be grown, reprocessed, reused, or wholly produced in the United States.
- Testing: First Article Testing (FAT), Production Lot Testing, and Quality Assurance testing, including Lot Acceptance Testing (LAT) at the U.S. Army Aberdeen Test Center (ATC).
- Product Demonstration Models (PDM): Required for government test and evaluation.
- Quality Management System (QMS): Compliance with ISO 9001:2015 or higher standards, demonstrated via a crosswalk matrix and procedures.
- Documentation: Adherence to a comprehensive Contract Data Requirements List (CDRL) including Corrective Action Reports (CARs), Engineering Change Requests (ECRs), Material Test Reports (MTRs), Production Process Packages (PPPs), and Technical Data Packages (TDPs).
- Warranty & Shelf Life: Minimum 365-day warranty and at least 90% component shelf life remaining upon shipment (minimum 5 years at receipt).
Contract Details
- Contract Type: Single-award IDIQ, FFP.
- Ordering Period: Five (5) years.
- NAICS Code: 339113 (Size Standard: 800 employees).
- Contract Number: W91CRB26RA006.
Submission & Evaluation
Proposals must be submitted electronically and consist of five volumes: Technical, Quality Management System, Past Performance, Price, and Solicitation, Offer and Award Documents/Certifications.
- Evaluation Process: A two-phase approach:
- Phase 1 (Pass/Fail Technical): Based on PDM Test Report, Dry Layup Sample, Government Retained Sample, and Written Technical Narrative.
- Phase 2: Evaluation of QMS, Past Performance (using a questionnaire), and Price.
- Award Basis: Best overall (best value) proposal.
- Proposal Validity: Must remain valid for a minimum of 180 days.
Key Dates & Contacts
- Solicitation Issue Date: January 20, 2026.
- Questions Due: April 8, 2026, 10:00 AM ET.
- Proposals Due: April 22, 2026, 10:00 AM ET.
- Primary Contact: Andrea L. Seaman (andrea.l.seaman.civ@army.mil).
- To obtain Purchase Description (PD) and SAPI drawing specifications: Submit "Attachment 11 – Document Release Request Form" for approval to jakob.a.hopping.civ@army.mil AND shelby.a.saum.civ@army.mil. Once approved, send approval to andrea.l.seaman.civ@army.mil AND shelby.a.saum.civ@army.mil.