Family of Tactical Head Born Systems Ground Ballistic Helmet
ID: H9240324R00XX092324Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)HQ USSOCOMTAMPA, FL, 33621-5323, USA

NAICS

All Other Miscellaneous Textile Product Mills (314999)

PSC

ARMOR, PERSONAL (8470)
Timeline
    Description

    The United States Special Operations Command (USSOCOM) is seeking proposals for the Family of Tactical Headborne Systems (FTHS) Ground Ballistic Helmet through an Other Transaction Authority (OTA) Agreement aimed at developing a prototype ballistic helmet system for ground forces. The primary objectives include providing ballistic protection, minimizing weight, ensuring comfort and stability during operations, and compatibility with existing headborne equipment. This initiative is critical for enhancing the safety and operational effectiveness of Special Operations Forces (SOF) personnel. Interested parties must submit white papers electronically by the specified deadline, with a potential follow-on production contract valued at up to $95 million over a five-year period. For further inquiries, contact David Tenenbaum at david.tenenbaum1@socom.mil or Carlos Cotto at carlos.cotto@socom.mil.

    Files
    Title
    Posted
    The document outlines the performance requirements for the Family of Tactical Headborne Systems (FTHS) Ground Ballistic Helmet as specified by USSOCOM. The helmet must provide significant ballistic protection while maintaining a low weight and ensuring blunt impact resistance. A minimum coverage area for head protection is specified, alongside requirements for a robust retention system and environmental durability. The helmet’s design should ensure operational suitability, compatibility with Special Operations Forces (SOF) equipment, and user comfort. Additionally, detailed configuration requirements mandate a complete ballistic shell, suspension system, chinstrap, Visual Augmentation System (VAS) shroud, and accessory rails, among others. It also includes a comprehensive list of accessories available for the helmet, such as covers in various colors, replacement parts for suspension and retention systems, and additional hardware. Overall, the document serves as a Request for Proposal (RFP) for contractors to meet these specifications, reflecting the government’s intent to procure advanced protective gear for military operations while ensuring compatibility with existing equipment and mission needs.
    The document outlines the submission requirements for white papers in response to government RFPs. It asks companies to provide essential details, including company information, product overview, technical design, technology readiness level (TRL), and anticipated costs. The white papers should not exceed 10 pages, adhering to specified formatting guidelines, such as font size and margin widths, with a necessity for tables and graphs to be clear and legible. The submission must include several sections: an executive summary that highlights the technology's unique aspects, a deeper look at the company's viability including financial health and market strategy, and a Rough Order of Magnitude (ROM) for both cost and schedule related to the solution proposed. The document emphasizes concise and effective communication within two pages for the title and ROM sections, ultimately aiming to streamline the evaluation process for government procurement. This structured approach facilitates a detailed understanding of the submitted technologies and their commercial potential, aligning with the government's objective to source innovative solutions while ensuring fiscal responsibility and effective project management.
    The government file outlines the submission requirements for white papers focused on proposing new technologies in response to federal funding opportunities. Submissions must include company information, an overview of the product addressing specified criteria, and an executive summary detailing unique technological aspects and specifications. Additional elements include a company viability assessment that touches on financial health and a Rough Order of Magnitude (ROM) for cost and implementation schedule. The submission should not exceed 10 pages, with strict formatting guidelines outlined, such as page size, font size, and margin requirements. The document is structured to ensure comprehensive coverage of each area while allowing for the attachment of test data as a separate document. This initiative reflects the government's efforts to solicit innovative solutions from the private sector, emphasizing transparency in evaluating company capabilities and potential costs associated with developing advanced technologies for public sector applications.
    The document outlines the Offeror Certifications and Disclosures that must be completed as part of government RFP submissions, particularly for OTA Awards under the Department of Defense (DoD). It emphasizes the necessity for offerors to provide accurate information regarding their business status, whether they are considered a Small or Large business, and their compliance with the relevant U.S. Code sections, specifically 10 U.S.C Section 4022(d)(1). Offerors are required to indicate their North American Industry Classification System (NAICS) size standard and provide necessary registrations such as DUNS and CAGE numbers, alongside confirming their active registration in the System for Award Management (SAM). Moreover, the document differentiates between Nontraditional Defense Contractors (NDCs) and Traditional Defense Contractors, outlining the eligibility requirements for participation in the competitive process. An authorized individual must sign the certification to validate the offeror's proposal. This certification is critical in ensuring the integrity and eligibility of businesses seeking federal contracts, thus facilitating a transparent and competitive procurement process.
    The document is a certification form for offerors participating in a federal opportunity related to Other Transaction Authority (OTA) Awards, emphasizing eligibility criteria outlined in 10 U.S.C. Section 4022(d)(1). Offerors must complete this form as part of their submission without it counting towards the page limit. The certification requires details such as company classification (small or large), Federal Funding Research & Development Center status, and commercial registration information including DUNS and CAGE codes. It distinguishes between Nontraditional Defense Contractors (NDCs) and Traditional Defense Contractors, clarifying that small businesses qualify as NDCs. Furthermore, it necessitates the signature of an authorized individual who can bind the firm, requiring representation of their authority. The intricate rules underline the legal and procedural requirements essential for the integrity of federal contracting and encourage transparency and compliance among potential offerors. This form is a crucial part of the submission process for federal contracts, ensuring that all participants meet established standards of eligibility and accountability.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Ballistic Helmets
    Active
    Justice, Department Of
    The Department of Justice, Federal Bureau of Investigation (FBI), is issuing a Request for Proposals (RFP) to procure lightweight and protective ballistic helmets for law enforcement personnel. These helmets must meet strict performance requirements, offering protection against pistol-caliber threats and minimizing backface deformation. Manufacturers are required to supply a substantial number of large-sized helmets, adhering to precise specifications, with accessories and replacement parts also needed. The FBI emphasizes the importance of independent testing, with vendors responsible for the associated costs. RFP 32425 has an estimated value of $22 million for two successful bidders over five years. Interested parties should refer to the RFP documents for key deadlines, with the submission deadline extended to October 17th, 2024.
    Family of Loudspeakers, Dismounted - Request for Information
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is seeking industry input through a Request for Information (RFI) for a Family of Loudspeakers (FOL) - Dismounted platform. The objective is to identify man-portable loudspeaker systems capable of broadcasting live and pre-recorded messages, facilitating crowd control, and integrating with a wirelessly connected End User Device (EUD) for operational efficiency. These systems are crucial for effective communication and crowd management in various operational environments. Interested parties must submit their capability statements by October 8, 2024, and adhere to specific data protection guidelines for proprietary information. For inquiries, contact Elizabeth M. Lopez Mercado at elizabeth.m.lopezmercado.mil@socom.mil or Stephanie Mathewson at Stephanie.a.mathewson.civ@socom.mil.
    ISOF Range 2025
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is seeking innovative technologies for the International Special Operations Forces (ISOF) Range 2025, aimed at enhancing Special Operations Forces (SOF) lethality. This initiative involves a Request for Information (RFI) to gather technology quad charts related to various categories, including weapons, visual augmentation systems, and ammunition, with a focus on technologies that have a Technology Readiness Level (TRL) of 7 or higher. The event will take place from March 31 to April 2, 2025, at the Nevada Test and Training Range, where selected participants will demonstrate their technologies in a live-fire environment and engage with military experts. Interested parties must submit their unclassified technology proposals by the first deadline of October 28, 2024, and the second deadline of January 31, 2025. For further inquiries, contact Marvin Marcia at marvin.marcia@socom.mil.
    ISOF Range 2025
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is seeking innovative technologies for the International Special Operations Forces (ISOF) Range 2025, scheduled to take place from March 31 to April 2, 2025, at the Nevada Test and Training Range. The objective is to address lethality gaps through technology demonstrations from private industry, academia, and research organizations, with a focus on categories such as weapons, visual augmentation systems, and remote weapon systems. This initiative is crucial for enhancing the capabilities of Special Operations Forces, and interested participants are required to submit quad charts by October 28, 2024, for the first tranche and January 31, 2025, for the second tranche. For further inquiries, potential participants can contact Marvin Marcia at marvin.marcia@socom.mil.
    Commercial Solutions Opening (CSO) PEO-SDA
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE US SPECIAL OPERATIONS COMMAND (USSOCOM) is seeking commercial solutions to accelerate the application of commercially derived software innovation into deployable warfighting capabilities in support of Special Operations Forces (SOF). The goal is to enhance the effectiveness of software intensive programs, platforms, components, algorithms, and processes. This Commercial Solutions Opening (CSO) may result in an Other Transaction Authority (OTA) or a FAR-based contract. Further information can be found in the attached document. The place of performance for this procurement is Tampa, FL 33621, USA. For more details, contact Christie Orlando at christie.r.orlando.civ@socom.mil or 8138604624.
    Notice of Sole Source procurement
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is initiating a sole source procurement for Maxine MX-T8-3 Kits, which will be acquired exclusively from Intelligent Devices. This procurement is being conducted under the authority of FAR 13.106-1(b)(1)(i), indicating that the government has determined that only one source is capable of fulfilling this requirement. The Maxine MX-T8-3 Kits are critical for enhancing operational capabilities within special operations, underscoring their importance to the mission of USSOCOM. Interested vendors are encouraged to submit capability statements and past performance information to Kristen Colyer at Kristen.Colyer@socom.mil, as the government may consider these submissions in determining whether to pursue a competitive procurement process.
    Multipurpose End User Devices (EUD'S)
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) is soliciting quotes for the procurement of 392 units of the Samsung Galaxy S23 Tactical Edition, along with necessary accessories, under solicitation number H92239-24-Q-0019. This acquisition is critical for enhancing operational efficiency and secure communication during missions, necessitating specialized hand-held multipurpose devices that meet unique technical specifications. The procurement process emphasizes compliance with federal regulations, including the Federal Acquisition Regulation (FAR), and will utilize a Lowest Price Technically Acceptable (LPTA) evaluation method. Interested vendors must submit their quotes electronically, demonstrating their technical capabilities and delivery capacity within 45 days of order receipt to Fort Liberty, North Carolina. For further inquiries, interested parties may contact Brian Gilmore at brian.gilmore1@socom.mil or Gail C. Williams at gail.williams@socom.mil.
    THOR-50M
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), is seeking qualified sources to procure a THOR-50M headform and neck assembly with instrumentation for the U.S. Army Aeromedical Research Laboratory (USAARL). This procurement aims to acquire specialized equipment necessary for assessing injury risks related to military helmet impacts, utilizing anthropomorphic test devices (ATDs) to enhance research capabilities in this critical area. The contract, valued under the Simplified Acquisition Threshold and funded by FY24 Army R&D Funds, requires delivery within 20 weeks post-award, with proposals due by 1:00 PM on October 15, 2024. Interested vendors can contact Kirstin L. Quinn at Kirstin.L.Quinn.civ@health.mil or Jayme Fletcher at jayme.l.fletcher2.civ@health.mil for further information.
    ISOF Range 2025
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is inviting technology demonstration candidates for the ISOF Range 2025 event, scheduled to take place from March 31 to April 2, 2025, at the Nevada Test and Training Range. This initiative aims to showcase innovative lethality technologies, encouraging participation from private industry, government research and development entities, and academia, with a focus on technologies that address lethality gaps. Participants are required to submit technology quad charts in various categories, including weapons and visual augmentation systems, with a Technology Readiness Level (TRL) of 7 or higher. Interested parties must adhere to submission deadlines of October 28, 2024, and January 31, 2025, and can contact Marvin Marcia at marvin.marcia@socom.mil for further information.
    ISOF Range 2025
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is seeking innovative technology demonstrations for the ISOF Range 2025 event, scheduled for March 31 to April 2, 2025, at the Nevada Test and Training Range. This request for information (RFI) invites industry, academia, and government participants to showcase technologies related to weapons, ammunition, and visual augmentation systems, with a focus on addressing lethality gaps. Technologies with a Technology Readiness Level (TRL) of 7 or higher are preferred, while lower TRL technologies may be displayed in an exhibitor alley. Interested parties must submit their technology quad charts by January 31, 2025, to be considered for participation, and should direct inquiries to Marvin Marcia at marvin.marcia@socom.mil.