Small Arms Protective Inserts (SAPI) Foreign Military Sales U.S. Army Security Assistance Command (USASAC)
ID: W91CRB_25_R_0003_SAPI-USASACType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-5001, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

ARMOR, PERSONAL (8470)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Security Assistance Command (USASAC), is soliciting proposals for the procurement of Small Arms Protective Inserts (SAPI) under the Foreign Military Sales (FMS) program. The requirement includes various sizes of SAPIs, which are critical safety items designed to provide ballistic protection for soldiers during combat operations when used in Outer Tactical Vests (OTV). The procurement emphasizes compliance with stringent quality assurance standards, including First Article Testing (FAT) and adherence to the Berry Amendment, with all testing conducted at the U.S. Army Aberdeen Test Center. Proposals are due by November 13, 2025, and interested parties should direct inquiries to Andrea L. Seaman or Shelby A. Saum via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, CO/PD 00-03 Revision G, outlines security, safety, and testing requirements for body armor acquisition, specifically for Small Arms Protective Inserts (SAPIs), which are designated Critical Safety Items. All acquisition documents are considered sensitive and proprietary, requiring express written approval from the Contracting Officer for any information release or reproduction. Post-award First Article Testing (FAT) and Lot Acceptance Testing (LAT) for production lots must be conducted at the US Army Aberdeen Test Center (ATC). Contractors are responsible for all testing costs, including transportation and consumed ballistic plates. FAT articles are due NLT 180 days post-award, with the first production lot delivered 90 days after FAT approval. Detailed performance, technical, and data submission requirements for testing are found in CO/PD 00-03 Revision G. The government may waive FAT for identical SAPI items with existing approvals and can use independent certified testing facilities if ATC capacity is exceeded.
    The PM SPE Engineering Change Request (ECR) form is a critical document for vendors to propose and for government authorities to approve or disapprove changes related to federal government RFPs, federal grants, and state/local RFPs. The form requires detailed information from the originator, including the ECR type (RFD/RFW), classification, title, affected item designation, procurement activity, baseline (MCN/NSN, model/design code), end item nomenclature, contract details, and affected lots/material. Vendors must also provide information on recurring deviations, effect on cost/price and delivery schedule, other affected systems, a description of the ECR, the need for it, and corrective actions taken. The form includes sections for PM SPE justification and attachments. Approvals are tiered, with the COR for minor ECRs, APM for major ECRs, and PM SPE for critical ECRs, ensuring appropriate oversight based on the change's impact and classification.
    The PM SPE Corrective Action Report (CAR) outlines a structured process for addressing and resolving product or process non-conformities within government contracts. This eight-section form details steps from initial problem description, including how, when, and where the issue was discovered, to final verification and prevention. Key sections involve forming a problem-solving team, implementing containment actions for suspect products at various locations (contractor, in transit, government possession), conducting a root cause analysis using techniques like the "5 Why's," developing a corrective action plan, validating its effectiveness, and implementing error-proofing and standardization measures. The report also includes a timeline for contractor response and requires signatures from both government and Defense Contract Management Agency (DCMA) officials, ensuring a comprehensive approach to quality assurance and continuous improvement.
    The document is a template for a Process Control Plan, likely used in government RFPs or contracts to outline manufacturing process control. It details a structured approach to managing product quality and process stability. The plan requires companies to document each process step, including machinery, parameters, and product characteristics. It emphasizes specifying evaluation methods, sample sizes, analysis techniques, and corrective actions for out-of-control conditions. This ensures compliance with product and process specifications, reflecting a systematic approach to quality assurance in government-related projects.
    The Production Readiness Review/Audit outlines a comprehensive assessment process for contractors involved in government projects. The agenda includes an introduction, opening remarks with self-assessment results, and a detailed contract overview requiring contractors to declare and support their production and documentation readiness level. Key areas of verification include facility and manufacturing personnel capabilities, risk management, delivery schedules, and subcontractor awards with proper requirements flow-down. The audit also covers configuration management, verification of production documentation (drawings, purchase descriptions, work instructions, supply chain analysis), and an audit of the production area through shop-floor visits and small group discussions. The process concludes with a private meeting of the assessment team and an out-briefing to the contractor, ensuring thorough evaluation of production capabilities and compliance for government contracts.
    DD Form 1423-1, a Contract Data Requirements List (CDRL), is a standardized form used in government contracting to specify data deliverables from contractors. This document outlines instructions for both government personnel and contractors on completing the form, detailing various data item requirements. Key sections include contract line item numbers, data item titles, authority documents, contract references, requiring offices, and submission schedules. It also covers distribution details, remarks for additional information, and pricing groups for estimating data item costs. For example, a specific data item (A002) for "Small Arms Protective Inserts (SAPI)" requires monthly status updates and meeting minutes, to be submitted by the 5th working day of the following month, with distribution to various government entities. The form clarifies cost estimation for data items based on their necessity to the primary contract effort, ranging from Group I (not essential, separately priced) to Group IV (minimal effort, usually no cost). The overall purpose is to ensure clear communication and agreement on data deliverables, their format, frequency, and associated costs within federal, state, and local government contracts.
    DD Form 1423-1, a Contract Data Requirements List (CDRL), is a standardized form used in government contracts to specify data deliverables from contractors. It details requirements for items such as Engineering Change Requests (ECRs), which include Engineering Change Proposals (ECPs), Requests for Waiver (RFWs), and Requests for Deviation (RFDs), particularly for Small Arms Protective Inserts (SAPI). The form outlines submission frequencies, distribution, and critical remarks regarding government approval for any proposed changes, with the contractor bearing costs for new First Article Tests (FATs) if required. The document also provides comprehensive instructions for both government personnel and contractors on completing the form, including definitions for data item pricing groups (Group I to IV) based on the effort required to produce and deliver the data, ensuring clear guidelines for cost estimation and compliance in federal government RFPs and grants.
    DD Form 1423-1, "Contract Data Requirements List," is a crucial government document for federal, state, and local RFPs, detailing data deliverables for contractors. This specific form focuses on "Small Arms Protective Inserts (SAPI)" and outlines the requirement for Material Test Reports (MTRs) for each lot. These reports must accompany material shipments and include specific information such as authorized test facility and prime contractor quality personnel signatures, applicable specifications, quality compliance statements, operational and ballistic performance test data, and traceability. The form also provides detailed instructions for both government personnel in preparing the CDRL and contractors in understanding pricing groups (Group I to IV) for data items, ensuring accurate cost estimation for data production and delivery, separate from data rights.
    DD FORM 1423-1, FEB 2001, is a Contract Data Requirements List (CDRL) used for federal government RFPs, grants, and state/local RFPs to specify data deliverables from contractors. This form details requirements for data items like "Status/Incident Reports" related to "Small Arms Protective Inserts (SAPI)" production. It outlines administrative information, such as contract and item numbers, and defines critical aspects like submission frequency ("As required") and distribution. The form also includes instructions for both government personnel in completing the CDRL and contractors in understanding pricing groups (Group I, II, III, IV) for data items, emphasizing that estimated data prices should only reflect costs directly attributable to supplying the data, excluding data rights.
    DD FORM 1423-1 is a Contract Data Requirements List for federal government RFPs, federal grants, and state/local RFPs. This form outlines requirements for data items, specifically focusing on the Production Process Package (PPP) and Technical Data Package (TDP) for Small Arms Protective Inserts (SAPI). The contractor must develop and maintain a design-specific PPP, submitting it for government review and acceptance ten working days prior to First Article Test (FAT) submission. Government acceptance of the PPP, which does not relieve the contractor's responsibility for product quality, will be provided within thirty working days. The contractor is also required to develop a Production Level TDP in compliance with MIL-STD-31000A, ensuring its completeness and accuracy for configuration management, product conformance, inspection, and failure analysis. The document also provides detailed instructions for both government personnel and contractors on how to complete the form, including guidelines for pricing data items based on the effort required for their development and delivery.
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) used by the Department of Defense to specify data deliverables for contracts. This particular form outlines requirements for a Production Readiness Review (PRR) Briefing related to Small Arms Protective Inserts (SAPI). The PRR, to be conducted within 15 calendar days of First Article Test (FAT) approval, is mandatory for proceeding to full production. The contractor must declare production and documentation readiness, providing briefings and internal audit records (QMS, Configuration Management System, subcontractor audits). The government will provide written approval or disapproval within 15 days of the PRR. The document also includes detailed instructions for both government personnel and contractors on completing the form, including categories for data items, pricing groups (Group I to IV) based on the effort required to produce the data, and estimated total prices. These instructions clarify how to account for costs associated with data deliverables, emphasizing that prices should only cover costs directly attributable to data production, excluding rights in data.
    The US Army Contracting Command – Aberdeen Proving Ground is soliciting past performance assessments for Offeror W91CRB-25-R-0003, under NAICS 339113. This document outlines a Performance Assessment Questionnaire for evaluating offerors on recent and relevant federal, state, local, or commercial contracts. Respondents are requested to provide candid and factual information regarding the offeror's performance, using a defined rating scale (Substantial, Satisfactory, Limited, or No Confidence) across several categories: compliance, project management, timeliness, cost control (for cost-reimbursement contracts), and customer satisfaction. The questionnaire also asks for general comments and other relevant performance information. Completed questionnaires must be returned to Andrea Seaman (Andrea.L.Seaman.civ@army.mil) and Shelby Saum (Shelby.a.saum.civ@army.mil) within 15 days of receipt or by November 7, 2025, whichever comes first. The information provided is critical for federal contract awards.
    The document indicates that the proper contents of a PDF document could not be displayed, suggesting an issue with the user's PDF viewer. It advises upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux by visiting http://www.adobe.com/go/reader_download for resolution. Additionally, it directs users to http://www.adobe.com/go/acrreader for further assistance with Adobe Reader. The document also includes trademark information for Windows, Mac, and Linux. This message serves as a troubleshooting guide for accessing embedded content, which is crucial for government RFPs, federal grants, and state/local RFPs that often rely on PDF format for detailed information.
    This document outlines the 'Small Arms Protective Insert (SAPI) Step Ladder Pricing Instructions,' providing guidelines for offerors to submit proposed unit prices across various quantity ranges for SAPI plates. The instructions specify that offerors must use no more than five price ranges, cover the entire quantity spectrum without overlaps or gaps, and input zero-to-zero ranges with zero prices for unused rows. The file includes examples demonstrating how to structure quantity ranges and calculate average weighted unit prices. It also details expected quantities for SAPI plates of different sizes (Extra Small, Small, Medium, Large, Extra Large) and First Article Testing (FAT) across five program years (PY1-PY5). The document emphasizes that offerors should not alter totals, formulas, or links within the provided format, ensuring consistency and fair evaluation of bids for these critical protective inserts.
    This government RFP, W91CRB25R0003, issued by the US Army, is for the procurement of Small Arms Protective Inserts (SAPI) of various sizes (Extra Small, Small, Medium, Large, Extra Large) for five years under the Foreign Military Sales (FMS) program, along with First Article Testing (FAT). The SAPI is designated as a Critical Safety Item (CSI) and requires adherence to Purchase Description CO/PD 00-03G. All quality assurance and lot acceptance testing for production lots will be conducted at the US Army Aberdeen Test Center (ATC), with costs borne by the contractor. Key requirements include Berry Amendment compliance, a minimum of five years remaining shelf life for delivered items, and a 365-day warranty. Offers are due by November 13, 2025, and questions must be submitted by October 29, 2025. The document also incorporates numerous FAR clauses related to commercial products and services, covering areas such as prohibitions on certain hardware/software, labor standards, and supply chain security.
    Similar Opportunities
    95--ARMOR PLATE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of armor plate, specifically NSN 9515013956119, with a total quantity of 22 units required for delivery to the General Depot of Naval Supplies within 20 days after order. This procurement is critical for military applications, providing essential materials for defense operations. The solicitation is a total small business set-aside, and interested vendors must submit their quotes electronically, as hard copies will not be available. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and the solicitation details can be accessed through the DIBBS website.
    25--ARMOR,SUPPLEMENTAL,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of supplemental armor (NSN 2540014345235) under a Combined Synopsis/Solicitation notice. The contract will involve an Indefinite Delivery Contract (IDC) with an estimated delivery of six units, and the total value of orders may reach up to $350,000 over a one-year term, with a guaranteed minimum quantity of one. This armor is critical for military applications, ensuring the protection of personnel and equipment in various operational environments. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    Ballistic Hardware
    Buyer not available
    The Department of Defense, specifically the Army's Tobyhanna Army Depot (TYAD), is seeking information from qualified suppliers regarding the provision of ballistic hardware, including ballistic nuts and screws, to support Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) Systems. The objective is to identify industry sources capable of supplying these components that meet stringent manufacturing standards and requirements set by the Product Manager Soldier Protective Equipment (PM SPE), with the intention of establishing multiple Blanket Purchase Agreements (BPAs) for a five-year period. These components are critical for ensuring the operational effectiveness and safety of military equipment, necessitating compliance with detailed manufacturing protocols, quality assurance measures, and ongoing inspections. Interested vendors must submit capability statements to Jason Burke at jason.m.burke.civ@army.mil or Steven Wiltz at steven.wiltz.civ@army.mil by July 20, 2030, to demonstrate their qualifications and adherence to the specified requirements.
    25--ARMOR,SUPPLEMENTAL,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of supplemental armor (NSN 2540012710344) under a Combined Synopsis/Solicitation notice. The contract will involve an estimated quantity of 135 units, with a guaranteed minimum of 20 units, and is expected to result in an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $250,000. This procurement is critical for enhancing military vehicular protection and will involve shipping to various domestic and overseas DLA depots. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil.
    R5 LEI Outerwear Ballistic Carrier Vests
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking quotes from qualified small businesses for the procurement of Outerwear Ballistic Carrier Vests intended for use by law enforcement personnel in the Pacific Southwest Region. The vests must meet specific design and material specifications, including being constructed from OD Green 1000 Denier Cordura nylon and featuring designated pocket configurations, as well as distinctive markings for identification. This procurement is critical for ensuring the safety and operational effectiveness of law enforcement officers in the region. Quotes are due by December 16, 2025, at 12:00 PM Pacific Time, and interested parties must direct their submissions to Fareedah Vaughn at fareedah.vaughn@usda.gov, with questions accepted until December 8, 2025.
    Foreign Military Sales (FMS) Requirement for Qty 100 Smart Thor HD 384 Thermal Sights
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command-Aberdeen Proving Ground, is seeking proposals for the procurement of 100 Smart Thor HD 384 Thermal Sights as part of a Foreign Military Sales initiative for Tunisia. This requirement includes specific technical specifications such as a Focal Point Array size not larger than 640x512, a 384x288 sensor, and a magnification range of 4.5-18x, with a human detection range of up to 1500 meters. The contract is a total small business set-aside under NAICS Code 334511, emphasizing the importance of these thermal sights for military operations. Interested contractors must submit their quotes by 10:00 AM EST on December 18, 2025, and are encouraged to direct any inquiries to Charrissa Stancell at charrissa.m.stancell.civ@army.mil before the deadline for questions on December 11, 2025.
    PAD,MIDDLE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the PAD, MIDDLE, under a total small business set-aside contract. This procurement involves the production of specialized surgical dressing materials, which are critical for military medical operations and support. The contract will require compliance with various military standards and specifications, with a focus on quality assurance and inspection processes. Interested vendors should reach out to Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL for further details, and they should be prepared to submit proposals in accordance with the outlined requirements.
    Solicitation for Second Source Supplier to Produce 5.56mm, 7.62mm, and Caliber .50 Ammunition
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a second source supplier to produce 5.56mm, 7.62mm, and caliber .50 ammunition. This procurement aims to ensure a reliable supply of small arms ammunition, which is critical for military operations and readiness. Interested suppliers are required to submit their comments and questions using the provided Comment/Question and Answer Template by December 12, 2025, at 1500 Central Standard Time. For further inquiries, potential bidders can contact Mark Stevens at mark.d.stevens.civ@army.mil or Alex Sheppard at alex.r.sheppard.civ@army.mil, and access the solicitation documents through the PIEE website.
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Buyer not available
    The U.S. Customs and Border Protection (CBP) is seeking qualified vendors to provide ballistic shields for its Law Enforcement Safety & Compliance (LESC) Directorate. The procurement involves a Request for Quotes (RFQ) for high-quality, lightweight ballistic shields, which must meet specific technical requirements, including compliance with ASTM International Standards and a 10-year ballistic warranty. These shields are critical for ensuring the safety of law enforcement personnel in various operational environments. Interested parties should note that the due date for submissions has been extended to March 6, 2026, at 2 PM ET, and that contract awards are contingent upon the availability of funds. For further inquiries, vendors can contact Jared A. Tritle at jared.a.tritle@cbp.dhs.gov or John Crockett at JOHN.T.CROCKETT@cbp.dhs.gov.
    53--SEAL ASSEMBLY,FLAPE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a seal assembly, identified by the title '53--SEAL ASSEMBLY,FLAPE'. This procurement involves the acquisition of gasket, packing, and sealing devices, which are critical components for various military applications, ensuring operational readiness and reliability of naval equipment. The contract is part of a Foreign Military Sales (FMS) spares buy, and while the Small Business Administration has reviewed the requirement, a set-aside for small businesses was deemed not applicable. Interested vendors can reach out to Jake Kucowski at 215-679-2012 or via email at JAKE.KUCOWSKI.CIV@US.NAVY.MIL for further details regarding the solicitation process.