Small Arms Protective Inserts (SAPI) Foreign Military Sales (FMS)

SOL #: W91CRB-26-R-A006_SAPISolicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W6QK ACC-APG
ABERDEEN PROVING GROU, MD, 21005-5001, United States

Place of Performance

Aberdeen Proving Ground, MD

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

Armor, Personal (8470)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 20, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Apr 22, 2026, 2:00 PM

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

People

Points of Contact

Andrea L. SeamanPRIMARY
Shelby A. SaumSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Mar 11, 2026
View
Version 3
Solicitation
Posted: Jan 29, 2026
View
Version 2
Solicitation
Posted: Jan 29, 2026
View
Version 1Viewing
Solicitation
Posted: Jan 20, 2026