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
Original Source
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 single award Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price (FFP) contract with a five-year ordering period. SAPI are critical safety items providing ballistic protection in body armor systems. Proposals are due April 22, 2026, at 2:00 PM ET.
Scope of Work
The contract requires the procurement, production, and delivery of SAPI in X-Small, Small, Medium, Large, and X-Large sizes. Key requirements include:
- Compliance with the Berry Amendment, meaning all components must be grown, reprocessed, reused, or produced in the United States.
- First Article Testing (FAT) and Production Lot Testing. Product Demonstration Model (PDM) testing is mandatory for proposal submission, with costs borne by the offeror. Post-award FAT and Lot Acceptance Testing (LAT) are Government Test Funded.
- Compliance with ISO 9001:2015 or higher standards for Quality Management Systems (QMS).
- Submission of various data items, including Corrective Action Reports (CAR), Monthly Status Reports (MSR), Engineering Change Requests (ECR), and a Production Process Package (PPP).
Contract Details
- Contract Type: Single Award IDIQ, Firm Fixed Price (FFP)
- Ordering Period: Five (5) years
- Set-Aside: HUBZone Small Business
- NAICS Code: 339113 (Size Standard: 800 employees)
- Product Service Code: 8470 (Armor, Personal)
- Place of Performance: Aberdeen Proving Ground, MD, United States
Submission & Evaluation
- Proposal Due Date: April 22, 2026, 2:00 PM ET.
- Questions Deadline: April 8, 2026, 10:00 AM ET.
- Submission: Electronic proposals consisting of five volumes: Technical, Quality Management System (QMS), Past Performance, Price, and Solicitation, Offer and Award Documents/Certifications.
- Evaluation: Best overall (best value) proposal using a two-phase approach:
- Phase 1: Technical (Pass/Fail).
- Phase 2: QMS, Past Performance, and Price. QMS is significantly more important than Past Performance, and both combined are more important than Price.
- The government intends to award without discussions but reserves the right to conduct them.
Important Notes for Bidders
- To obtain the Purchase Description (PD) and SAPI drawing specifications, offerors must submit "Attachment 11 – Document Release Request Form" for approval.
- CMMC Level 2 certification is a self-certification.
- Offerors are responsible for PDM testing costs and must complete testing prior to proposal submission.
- Monitor SAM.gov regularly for all updates and amendments.
- Contact: Andrea L. Seaman (andrea.l.seaman.civ@army.mil) or Shelby A. Saum (shelby.a.saum.civ@army.mil).
People
Points of Contact
Andrea L. SeamanPRIMARY
Shelby A. SaumSECONDARY