Solicitation for Gunner Shield Kit; NSN: 2510-01-498-4996
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 United States Army Contracting Command – Detroit Arsenal (ACC-DTA) is soliciting proposals for a Gunner Shield Kit (NSN: 2510-01-498-4996, Part Number: 57K4470/19207) under a Firm Fixed Price (FFP), five-year contract. This is a Total Small Business Set-Aside. Award will be based on the Lowest Price Technically Acceptable (LPTA) method. Proposals are due by February 19, 2026, at 11:00 AM EST.
Scope of Work
The requirement is for the procurement of Gunner Shield Kits, with a maximum estimated quantity of 1200 units over five years. Annual quantities range from a minimum of 48 units to a maximum of 1200 units. The place of performance is Texarkana, TX.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Duration: Five-year firm-fixed price contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 336211 - Motor Vehicle Body Manufacturing
- Product Service Code: 2510 - Vehicular Cab, Body, And Frame Structural Components
- FOB Point: Destination
- Inspection/Acceptance: Origin
Key Requirements
- Technical Data Package (TDP): Available via SAM.gov, it is EXPORT CONTROLLED (Distribution D) and requires Joint Certification Program (JCP) Certification (DD Form 2345) for access.
- Packaging: Military Packaging - Level B, with associated Special Packaging Instructions (SPIs).
- Testing: First Article Testing (FAT) is applicable, with the report due 150 calendar days from the contract date. Ballistic testing must be conducted at the Aberdeen Test Center.
- Quality: ISO 9001:2015 certification is required.
- Training: OPSEC Awareness (Level 1) Training is mandatory for personnel accessing Controlled Unclassified Information (CUI).
Submission & Evaluation
- Evaluation Method: Lowest Price Technically Acceptable (LPTA). Offers must meet minimum technical requirements to be considered for price evaluation.
- Required Documents: Offerors must submit a signed solicitation, a filled price evaluation spreadsheet (Attachment 0005), and a filled Technical Information Questionnaire (TIQ).
- Submission: Electronically via email to the primary Contract Specialist Nikhil Patel (nikhil.a.patel2.civ@army.mil), secondary Contract Specialist Robin Walker (robin.a.walker6.civ@army.mil), and Contracting Officer Katherine MacFarland (katherine.e.macfarland.civ@army.mil).
- Questions: All questions must be directed in writing to the identified Contract Specialists.
Amendments & Important Notes
- Amendment 0001 removed clauses related to certified cost or pricing data (FAR 52.215-21, DFARS 252.215-7008, DFARS 252.215-7010) and added a Q&A document.
- Amendment 0002 extended the proposal due date to February 19, 2026, at 11:00 AM EST and revised the FAT report submission timeframe to 150 calendar days.
- Offerors must acknowledge all amendments and ensure "All or None" offers are submitted.