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) cases via the United States Army Security Assistance Command (USASAC). SAPI are Critical Safety Items (CSI) providing ballistic protection for body armor systems. This is a 100% Small Business Set-Aside. Proposals are due April 22, 2026, at 10:00 AM ET.
Scope of Work
The requirement is for the procurement, production, and delivery of SAPI in X-Small, Small, Medium, Large, and X-Large sizes. The scope includes all activities necessary to obtain First Article Test (FAT) approval, production authorization, manufacturing, and delivery of the end items. All SAPI components must comply with the Berry Amendment, meaning they must be grown, reprocessed, reused, or wholly produced in the United States. Ballistic resistance testing, including FAT and Production Lot Testing, will be required, with lot acceptance testing conducted at the US Army Aberdeen Test Center (ATC). Contractors must submit Product Demonstration Models (PDM) for government evaluation.
Contract Details
This is a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a Firm Fixed Price (FFP) structure and a five (5) year ordering period. Orders will be issued on an as-needed basis to support various FMS cases. The solicitation number is W91CRB26RA006. The applicable NAICS code is 339113 (Personal Armor Manufacturing) with a size standard of 800 employees.
Key Requirements & Deliverables
Offerors must demonstrate compliance with ISO 9001:2015 or higher standards for their Quality Management System (QMS) and submit a crosswalk matrix. Required deliverables include a Contract Data Requirements List (CDRL) specifying items like Corrective Action Reports, Monthly Status Updates, Engineering Change Requests, Material Test Reports, and a Production Process Package/Technical Data Package. A Production Readiness Review (PRR) briefing is also required after FAT approval. A specific pricing matrix (Attachment 8) must be used for proposal submission.
Proposal Submission & Evaluation
Proposals must be submitted electronically and consist of five volumes: Technical, Quality Management System, Past Performance, Price, and Solicitation/Offer/Award Documents. The evaluation will be a two-phase approach: Phase 1 (Pass/Fail Technical, including PDM Test Report and samples) and Phase 2 (QMS, Past Performance, Price). Award will be made based on the best overall (best value) proposal. The government intends to award without discussions but reserves the right to conduct them.
Deadlines & Contacts
- Questions Due: April 8, 2026, 10:00 AM ET.
- Proposals Due: April 22, 2026, 10:00 AM ET.
- Primary Point of Contact: Andrea L. Seaman (andrea.l.seaman.civ@army.mil).
- To obtain the Purchase Description (PD) and SAPI drawing specifications, submit Attachment 11 – Document Release Request Form for approval to Jakob Hopping (jakob.a.hopping.civ@army.mil) and Shelby Saum (shelby.a.saum.civ@army.mil). Approved forms should then be sent to Andrea Seaman and Shelby Saum to receive the documents. Offerors must monitor SAM.gov for updates.