Ballistics/Non-Ballistics Testing Draft RFP
ID: W91CRB24R0024Type: Presolicitation
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- CLOTHING, INDIVIDUAL EQUIPMENT, AND INSIGNIA (H984)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is conducting market research for a draft Request for Proposal (RFP) related to Ballistics and Non-Ballistics Testing Services at the Aberdeen Test Center (ATC) in Maryland. The procurement aims to secure testing support for personal protective equipment (PPE), including head protection and various armor types, to ensure compliance with rigorous military standards against diverse ballistic threats. This initiative is critical for enhancing the safety and effectiveness of military gear, with previous contracts valued at nearly $10 million highlighting its importance. Interested vendors are encouraged to submit questions and comments regarding the draft documents by October 30, 2024, to the designated contacts, Sherri Martinez and Todd Strasavich, via email, as no formal proposals will be accepted prior to the official solicitation release.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for a specific data item related to Body Armor Lot Acceptance Testing. The form details the process for data submission, emphasizing that the contractor is responsible for inputting test data into a provided data collection sheet in real-time during evaluations. Required data includes subtest numbers, item identifiers, striking velocities, charge weights, shot results, and timestamps. The contractor must deliver one data sheet per subtest to an on-site government representative and subsequently upload these sheets to an ATC database. The document also includes guidelines for government personnel and contractors on completing the form, specifying categories of data, inspection requirements, distribution, frequency, and pricing groups for data items. It serves as a formal requirement under the Department of Defense to ensure the contractor provides necessary test data in a structured manner as part of compliance with contractual obligations. This document is crucial in the context of federal procurement to manage the quality and reliability of defense-related products.
    This Performance Work Statement outlines a non-personal services contract for ballistic and non-ballistic testing of personal protective equipment (PPE) for the U.S. Army. The scope includes testing for head protection, soft armor, hard armor, non-ballistic evaluations, environmental conditions, and mechanical durability at the Aberdeen Test Center (ATC). Contractor personnel must meet stringent training and certification requirements, including NVLAP and NIJ certifications, to conduct tests safely and competently. The contractor is responsible for adhering to ATC protocols, ensuring safety during tests, managing classified data securely, and submitting thorough documentation, including test data sheets and photographs, to the Government. Testing must comply with applicable Occupational Safety and Health Administration (OSHA) standards and also includes environmental conditioning assessments regarding the effects of temperature and humidity on armor performance. The contract spans four years, primarily conducted at the contractor's facility with mandatory reporting to Government representatives. Overall, the document emphasizes rigorous testing standards, personnel qualifications, operational safety, and the secure handling of sensitive data, contributing to the Army’s ongoing PPE development efforts.
    The document outlines a federal solicitation (RFP) for contractors, primarily focusing on acquisition requirements for supplies and services under contract W91CRB24R0024. It includes critical elements such as submission instructions, evaluation criteria, and contractual clauses. It highlights that offers must comply with various conditions, including technical and past performance evaluations, which will influence contract awards. The evaluation emphasizes the significance of pricing, technical capability, and prior performance, with the potential for multiple awards based on performance ratings. Key regulations reinforced in this solicitation include prohibitions against certain telecommunications and supply service equipment as mandated by statutory provisions and compliance with socioeconomic factors like support for small businesses. The document also lists various federal clauses, ensuring adherence to labor standards, certification requirements, and representations related to business status and practices. This solicitation underscores the government’s structured approach to procurements, aiming for transparency, accountability, and adherence to contractual regulations while promoting competition among qualified vendors.
    The Aberdeen Test Center (ATC) has issued a draft solicitation for Ballistics and Non-Ballistics Testing as part of market research, following the Federal Acquisition Regulation guidelines. This solicitation does not constitute a request for proposals or contracts at this stage. Interested parties are encouraged to provide questions and comments regarding the draft scope of work by October 30, 2024, via specified email. The ATC supports various Department of Defense initiatives through equipment testing throughout its lifecycle. The intent is to prepare for a formal solicitation on System for Award Management within months, not accepting proposals beforehand. The previous contracts for ballistic testing, valued at nearly $10 million, were awarded for services related to personal protective equipment for soldiers. This draft solicitation outlines a four-year performance period, MAIDIQ contract type, and emphasizes testing equipment against diverse ballistic threats. The desired business size falls under NAICS code 541380, with a threshold of $10 million. Testing categories include head protection, softer and harder armors, and environmental assessments. Stakeholders must provide feedback on the draft RFP and pricing lists attached to the solicitation. The overall goal is to ensure robust testing standards for military protective gear.
    This document outlines the testing requirements for head protection services, soft armor services, and hard armor services as part of a federal RFP process. It details various materials used for ballistic testing, including Roma Plastilina 1 and air-backed configurations, and specifies test conditions such as ambient, extreme heat, and saltwater exposure. Each service line item (SLIN) includes categories of test threats (e.g., 9-mm FMJ, 7.62x39mm) and conditioning protocols, which encompass temperature and humidity controls for 24-hour periods before ballistic testing. The document also addresses accelerated aging processes, fluid conditioning, and various environmental conditioning tests such as saltwater and oil exposure, humidity tests, altitude simulations, and vibration stress testing. These comprehensive testing procedures are crucial for ensuring compliance with safety standards and the performance of protective gear. The formatting includes line items and testing protocols that align with federal requirements, suggesting a structured approach to evaluate the effectiveness and durability of protective equipment intended for government use. Overall, the document demonstrates a commitment to maintaining rigorous testing standards for critical military and law enforcement equipment.
    This document outlines the testing requirements for head protection services, soft armor services, and hard armor services as part of a federal RFP process. It details various materials used for ballistic testing, including Roma Plastilina 1 and air-backed configurations, and specifies test conditions such as ambient, extreme heat, and saltwater exposure. Each service line item (SLIN) includes categories of test threats (e.g., 9-mm FMJ, 7.62x39mm) and conditioning protocols, which encompass temperature and humidity controls for 24-hour periods before ballistic testing. The document also addresses accelerated aging processes, fluid conditioning, and various environmental conditioning tests such as saltwater and oil exposure, humidity tests, altitude simulations, and vibration stress testing. These comprehensive testing procedures are crucial for ensuring compliance with safety standards and the performance of protective gear. The formatting includes line items and testing protocols that align with federal requirements, suggesting a structured approach to evaluate the effectiveness and durability of protective equipment intended for government use. Overall, the document demonstrates a commitment to maintaining rigorous testing standards for critical military and law enforcement equipment.
    The Quality Assurance Surveillance Plan (QASP) established by the U.S. Army Aberdeen Test Center outlines the procedures for monitoring and evaluating contractor performance under contract number W91CRB-24-R-0024. The primary aim is to ensure adherence to the Performance Work Statement (PWS), ensuring high-quality service delivery. The QASP details responsibilities of the Contracting Officer and the Contracting Officer Representative (COR), emphasizing effective administration and compliance monitoring. Surveillance methods include customer feedback through surveys, 100% inspections, and various reporting mechanisms for complaints and discrepancies. The COR is responsible for maintaining documentation, conducting inspections, and providing feedback to the contractor. Detailed methods for handling customer complaints and performance discrepancies are outlined to ensure prompt resolution and accountability. The document also includes specific annexes containing checklists and forms for inspections and reporting. The structured approach ensures that government interests are safeguarded by maintaining the quality and safety standards required for contractor operations. Overall, the QASP exemplifies federal oversight practices in RFP administration to ensure contractors meet government expectations and regulatory compliance.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    RFP Material Testing for Chemical and Biological Threats
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army's Combat Capabilities Development Command (DEVCOM), is soliciting proposals for a contract focused on material testing for chemical and biological protective materials. The primary objective is to engage a contractor capable of executing tests and evaluations on fabrics, garments, and protective ensembles against chemical warfare agents and toxic industrial chemicals, utilizing both standard and non-standard test methods. This contract is vital for enhancing the protective capabilities of military personnel, ensuring compliance with rigorous safety and quality standards. The contract will span five years, from October 2024 to September 2029, with a minimum order quantity of $95,000 and a maximum value of $3,035,000. Interested parties should direct inquiries to Lyndon Jagroop at lyndon.s.jagroop.civ@army.mil or Linnea Jones at meri.l.jones.civ@army.mil for further details.
    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.
    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.
    W519TC24ATACS/SBS
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Rock Island (ACC-RI), is seeking sources for the development, delivery, integration, training, and maintenance of Automated Tactical Ammunition Classification Systems (ATACS) and Spent Brass Sorter (SBS) units. The procurement involves the manufacture of up to 40 new ATACS and the recapitalization of up to 10 existing units, along with comprehensive support services for their operation at various locations, both within the continental United States (CONUS) and outside (OCONUS). These systems are critical for the efficient sorting and inspection of small arms ammunition, ensuring compliance with safety and operational standards. Interested parties must submit their capabilities and relevant information by 3:00 PM Central Time on October 7, 2024, to the primary contacts, Elizabeth Epperly and Bridget Kramer, via the provided email addresses.
    Terrain Measurement System
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Aberdeen Test Center (ATC), is seeking information for the procurement of a Terrain Measurement System designed to evaluate off-road test courses for military vehicles. The objective is to identify suppliers capable of designing, fabricating, and supplying a system that accurately measures surface profiles and roughness, which is crucial for maintenance, simulation modeling, and historical analysis of test courses. Since 1992, the ATC has utilized various scanning technologies to maintain consistent course conditions, and the new system must be capable of operating on rugged terrain while mitigating interference from dust and debris. Interested parties must submit their responses electronically by October 31, 2024, to Michael Barry at michael.p.barry20.civ@army.mil, and all proprietary information will be protected by the government.
    Aircrew Ballistic Helmet-2 (ABH-2) and Subcomponents
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified contractors to provide the Aircrew Ballistic Helmet-2 (ABH-2) and its subcomponents, as part of a Request for Information (RFI) / Sources Sought announcement. This procurement aims to identify capable suppliers who can meet the requirements for various helmet components, including the helmet itself, articulated nape assembly, maxillofacial shield, and liner assemblies, which are critical for aircrew safety and operational effectiveness. Interested parties must respond with their capabilities and relevant information by October 7, 2024, to the designated contacts, Alex Salim and Maria Aguayo, via email. Note that participation requires compliance with export-control regulations and an approved Joint Certification Program (JCP) certification.
    Family of Tactical Head Born Systems Ground Ballistic Helmet
    Active
    Dept Of Defense
    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.
    RFI - MODPROT Collective Protection Liners and Barriers
    Active
    Dept Of Defense
    The US Army is seeking information on chemical/biological protective liners and barriers for the modernization of Collective Protection materials, ahead of an upcoming Innovation Day on 9 October 2024. The Army aims to procure PFAS-free materials, as emerging regulations have impacted the availability of traditional protective textiles. This market research is a crucial step in identifying potential suppliers for the development of these specialized textiles, which are essential for the Army's Collective Protection systems. Interested parties are invited to respond with details of their capabilities and are encouraged to attend the Innovation Day for further discussion. Registration is required for the event, and additional information can be found on the Joint Enterprise Technology Tool website. The Army's preference is for commercially available or developmental fabric composites that meet the specified protection requirements while remaining lightweight. Responses must be submitted by 8 November 2024, with contact details provided for further inquiries.
    USMS IDIQ Body Armor
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS), part of the Department of Justice, is seeking proposals for a Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract to procure body armor for its Deputy U.S. Marshals. The contract aims to provide ballistic protective systems, including tactical vests, ballistic inserts, and plate carriers, essential for the safety and operational effectiveness of law enforcement personnel engaged in various judicial protection activities. Interested vendors must submit their proposals by November 1, 2024, and can request the full solicitation details from the primary contact, Julie Simpson, at julie.simpson@usdoj.gov. The contract will span one year, with the potential for four additional one-year option periods, and is subject to compliance with federal acquisition regulations.
    Testing, Certifying, and Replacing High Voltage Gloves
    Active
    Dept Of Defense
    The Department of Defense, specifically the Letterkenny Army Depot, is seeking proposals from qualified small businesses for a firm fixed-price service contract focused on the testing, certifying, and replacing of High Voltage (HV) Electrical-Insulating Rubber Gloves. The contract will cover the provision of various classes of gloves, alongside necessary testing and replacement services, ensuring compliance with OSHA regulations and safety standards. This procurement is critical for maintaining workplace safety for personnel working with high voltage equipment, with a contract period that includes one base year and four optional renewal years, starting from October 19, 2024. Interested parties must submit their proposals by the extended deadline of October 10, 2024, and can direct inquiries to Megan Smith at megan.m.smith110.civ@army.mil or Thomas C. Hall at thomas.c.hall111.civ@army.mil.