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 31, 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% 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 2:00 PM ET.

Scope of Work

This opportunity requires the provision of SAPI in X-Small, Small, Medium, Large, and X-Large sizes, which are designated as Critical Safety Items (CSI). SAPI provide ballistic protection for various body armor systems. All products must comply with the Berry Amendment (DFAR Clause 252.225-7012), meaning all components must be grown, reprocessed, reused, or produced in the United States.

Contract & Timeline

  • Contract Type: Single Award IDIQ, Firm Fixed Price (FFP)
  • Ordering Period: Five (5) years
  • NAICS Code: 339113 (Armor, Personal) with an 800-employee size standard
  • Solicitation Issued: January 20, 2026
  • Questions Due: April 8, 2026, 10:00 AM ET
  • Proposal Due: April 22, 2026, 2:00 PM ET

Submission & Evaluation

Offerors must submit proposals electronically in five volumes: Technical, Quality Management System (QMS), Past Performance, Price, and Solicitation/Offer/Award Documents. Proposals must remain valid for 180 days. The evaluation will be a two-phase, best-value approach:

  • Phase 1: Technical (Pass/Fail), including Product Demonstration Models (PDM) for Government test and evaluation. Offerors are responsible for PDM testing costs. First Article Testing (FAT) approval can substitute PDM test samples/reports if data is provided.
  • Phase 2: QMS, Past Performance, and Price. QMS is significantly more important than Past Performance, and both are more important than Price. QMS must receive an "Acceptable" or better rating, and Past Performance a "Neutral" or better rating for Price to be evaluated. The government intends to award without discussions but reserves the right to conduct them.

Key Requirements & Compliance

  • QMS: Compliance with ISO 9001:2015 or higher standards is required, and a crosswalk matrix must be submitted. CMMC Level 2 certification is a self-certification.
  • Testing: Ballistic resistance testing, FAT, Production Lot Testing, and Quality Assurance testing are required. FAT and Lot Acceptance Testing (LAT) for production lots will be Government Test Funded at the U.S. Army Aberdeen Test Center (ATC).
  • Documentation: Comprehensive documentation, including Purchase Descriptions (PDs), Engineering Change Requests (ECRs), Process Control Plans, and a Contract Data Requirements List (CDRL) with various reports, is mandatory. A Document Release Request Form (Attachment 11) is required to obtain PD and SAPI drawing specifications.
  • Past Performance: Offerors must ensure their past performance references complete and return the provided Past Performance Questionnaire (Attachment 7).

Important Notes

As a 100% HUBZone set-aside, non-HUBZone small businesses cannot act as prime contractors but may participate as subcontractors or as part of an approved joint venture. Offerors are responsible for monitoring SAM.gov for all amendments and updates. The Point of Contact is Andrea Seaman (andrea.l.seaman.civ@army.mil) and Shelby Saum (shelby.a.saum.civ@army.mil).

People

Points of Contact

Andrea L. SeamanPRIMARY
Shelby A. SaumSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 6Viewing
Solicitation
Posted: Mar 31, 2026
Version 5
Solicitation
Posted: Mar 30, 2026
View
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 1
Solicitation
Posted: Jan 20, 2026
View
Small Arms Protective Inserts (SAPI) Foreign Military Sales (FMS) | GovScope