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 U.S. Army, is soliciting proposals for a non-personal services contract focused on ballistic and non-ballistic testing of personal protective equipment (PPE) at the Aberdeen Proving Ground in Maryland. The contract aims to evaluate various PPE types against a range of ballistic threats, ensuring compliance with established safety and performance standards, and will span four years from March 2025 to March 2029, with a minimum order value of $1,000 and a maximum of $9,999,999. This testing is critical for maintaining the safety and operational readiness of soldiers by ensuring that protective gear meets stringent quality assurance requirements. Interested parties must submit questions in writing by 10:00 a.m. EST on January 10, 2024, to the designated contacts, Noah Lane and Todd Strasavich, via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for a non-personal services contract focused on ballistic and non-ballistic testing of personal protective equipment for the U.S. Army. The scope includes testing for head protection, soft armor, hard armor, non-ballistic, environmental, and mechanical categories, compliant with Army standards. Key requirements entail qualified contractor personnel performing tests in a certified lab, adhering to safety protocols and ensuring security of test data. The contractor must manage various hazardous conditions during testing and employ appropriate personal protective equipment. The government will provide necessary materials, including ammunition and specifications for test operations. There are stringent requirements for reporting, documentation, including data sheets and high-resolution photographs, to ensure compliance and accuracy. The overall objective is to ensure effective quality assurance in protective gear testing, thereby enhancing Soldier safety in the field. The period of performance is four years, with work primarily conducted at the contractor's facilities.
    The document presents important information regarding federal and state RFPs (Requests for Proposals) and grants aimed at promoting effective government programs and initiatives. Its primary purpose is to solicit proposals from eligible organizations and businesses that can deliver specific services or products aligned with the government's goals. Key components highlighted include eligibility requirements, submission guidelines, evaluation criteria, and funding availability. The document outlines the structured approach for applicants to follow, enhancing clarity in proposal submission while ensuring adherence to federal and state regulations. It emphasizes the need for detailed project plans, expected outcomes, and timelines as part of the proposals. Additionally, it addresses the importance of collaboration with local entities and transparency in the financial aspects of projects. This summary encapsulates the essence and critical information relevant to potential applicants, detailing the framework within which government funding and project proposals are managed. The focus remains on securing community-enhancing services while fostering compliance and accountability throughout the procurement process.
    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.
    The Performance Assessment Questionnaire is a crucial document utilized in the evaluation and awarding of federal contracts. It seeks detailed feedback on a contractor’s performance by requiring both the offeror and an external evaluator to assess various aspects of the contractor's execution. Key areas of focus include compliance with specifications, project management effectiveness, timeliness, and customer satisfaction. Evaluators must assign a confidence rating—from substantial to no confidence—and provide rationales for their assessments. The structure of the questionnaire includes sections for contract identification, the evaluator's observations, general comments, and identification of other relevant past efforts by the company. The responses collected are significant for ensuring that federal contracts are awarded to firms that can demonstrate high levels of performance and reliability, thereby benefitting federal projects and the public. The document underscores the importance of accurate self-reporting and candid evaluations in maintaining government standards in contractor performance assessments.
    The document outlines requirements for head and soft armor services for government testing, focusing on ballistic resistance using various backing materials and conditioning regimes. It details specific conditions under which armor will be tested, including ambient temperatures, extreme heat and cold, saltwater exposure, and oil immersion, with precise temperature protocols and timeframes for conditioning and testing. Head protection services require helmets to be conditioned and tested shortly after exposure to extreme environments, following strict protocols to ensure reliability against multiple ammunition types. Soft armor services similarly specify rigorous conditioning standards and tests for different threats, including various calibers and configurations. Additionally, hard armor testing includes vibration and altitude simulations to assess durability under stress. The structure is methodically laid out by impact category along with conditioning requirements, ensuring that the equipment meets federal safety standards. This document plays a crucial role in guiding procurement and compliance processes for government contractors, highlighting the importance of stringent testing to guarantee protection in operational contexts.
    The document outlines requirements for head and soft armor services for government testing, focusing on ballistic resistance using various backing materials and conditioning regimes. It details specific conditions under which armor will be tested, including ambient temperatures, extreme heat and cold, saltwater exposure, and oil immersion, with precise temperature protocols and timeframes for conditioning and testing. Head protection services require helmets to be conditioned and tested shortly after exposure to extreme environments, following strict protocols to ensure reliability against multiple ammunition types. Soft armor services similarly specify rigorous conditioning standards and tests for different threats, including various calibers and configurations. Additionally, hard armor testing includes vibration and altitude simulations to assess durability under stress. The structure is methodically laid out by impact category along with conditioning requirements, ensuring that the equipment meets federal safety standards. This document plays a crucial role in guiding procurement and compliance processes for government contractors, highlighting the importance of stringent testing to guarantee protection in operational contexts.
    The Quality Assurance Surveillance Plan (QASP) established by the U.S. Army Aberdeen Test Center outlines procedures for monitoring and evaluating contractor performance under the contract number W91CRB-24-R-0024. Its primary purpose is to ensure that the contractor adheres to the Performance Work Statement (PWS) and delivers high-quality services. Responsibilities of the Contracting Officer (KO) and the Contracting Officer Representative (COR) are clearly defined, focusing on compliance and maintaining the Government’s interests. Surveillance methods outlined include customer feedback, 100% inspections, and unannounced inspections to assess compliance with safety and performance standards. Reporting procedures involve maintaining customer satisfaction surveys and using several forms, including the Customer Complaint Record and Contract Discrepancy Report, to document performance issues. The COR is tasked with providing annual performance feedback to the contractor, emphasizing prompt communication regarding any discrepancies. The plan is structured to protect the Government’s interests and ensure effective contractor performance through regular assessments and documentation practices. This QASP is essential for federal RFPs and grants, ensuring that contracts fulfill their intended objectives and meet stringent performance criteria.
    The document outlines a Request for Proposal (RFP) for a non-personal services contract focused on ballistic and non-ballistic testing of personal protective equipment (PPE) for the U.S. Army. The purpose is to assess various PPE types against a range of ballistic threats through established procedures at the U.S. Army Aberdeen Test Center (ATC). The contract spans four years, from March 2025 to March 2029, with a minimum order value of $1,000 and a maximum of $9,999,999. Key requirements include adherence to safety protocols, proper training of contractor personnel in testing procedures, and compliance with environmental and security standards. The contractor must utilize NVLAP NIJ-certified laboratories and provide detailed test data, including real-time input into government-provided spreadsheets and high-resolution photographic documentation. Additionally, the contractor is responsible for ensuring ongoing communication with government personnel, conducting safety inspections, and managing hazardous materials according to OSHA standards. The RFP emphasizes the significance of efficient test execution and accurate data reporting to ensure the reliability of PPE for soldier protection, reflecting the Army’s commitment to maintaining high safety standards and operational readiness.
    Lifecycle
    Similar Opportunities
    Protective Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of protective equipment through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses and falls under the NAICS code 314999, which pertains to all other miscellaneous textile product mills, with a focus on special purpose clothing as indicated by the PSC code 8415. The protective equipment is essential for ensuring the safety and operational readiness of military personnel. Interested vendors should direct inquiries to Timothy Ruck at timothy.e.ruck.civ@army.mil or call 573-563-4010 for further details regarding the submission process and requirements.
    U.S. Customs and Border Protection (CBP) Ballistic Shields
    Homeland Security, Department Of
    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.
    PERSONNEL SAFETY CLOTHING AND EQUIPMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of personnel safety clothing and equipment through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses under the SBA guidelines and falls under the NAICS code 339920, which pertains to Sporting and Athletic Goods Manufacturing. The goods are essential for ensuring the safety of personnel, highlighting their importance in operational environments. Interested vendors can reach out to Samantha Hooker at samantha.a.hooker.civ@army.mil or call 573-596-6877 for further details regarding the procurement process.
    Chemical Biological Mask Equipment Tester (CBMET) Modernization Effort
    Dept Of Defense
    The Department of Defense, specifically the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO-CBRND), is soliciting pre-proposals for the modernization of the Chemical Biological Mask Equipment Tester (CBMET) portfolio. The objective is to develop a consolidated testing solution that assesses mask fit and serviceability for current and future CBRN protective masks, addressing issues of obsolescence and material shortages. This initiative is critical for enhancing military personnel's mission effectiveness and defense capabilities against Weapons of Mass Destruction (WMD). Interested parties must submit their pre-proposals electronically to the designated contacts by 5:00 PM EST on December 22, 2025, with further inquiries directed to the provided email addresses.
    Authorized Protective Eyewear List
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking manufacturers to participate in a Sources Sought notice for the Authorized Protective Eyewear List (APEL), aimed at updating the Qualified Product List (QPL) for protective eyewear. This initiative is crucial for providing military personnel with a variety of eye protection options suitable for combat and training environments, ensuring compliance with the latest performance specifications, including MIL-PRF-32432A and ANSI Z87.1-2020. Interested manufacturers must submit physical samples and comprehensive proposals detailing their products, production capabilities, and compliance with regulatory requirements, with key deadlines set for January 23, 2026, for cold weather goggles and March 13, 2026, for all other items. For inquiries, manufacturers can contact Tim Horne at timothy.m.horne8.civ@army.mil or Reid Lichwell at reid.e.lichwell.civ@army.mil.
    Ballistic Hardware
    Dept Of Defense
    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.
    PPE Hesco Ballistic Plates – Foreign Military Sales (FMS) Tunisia
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes from qualified small businesses for the procurement of 120 Hesco ballistic plates (size large) for Foreign Military Sales (FMS) to Tunisia. This procurement is a total small business set-aside under NAICS code 339999, and the selected contractor will be required to deliver the plates within 150 calendar days from the date of contract award. The Hesco ballistic plates are critical for the safety and operational effectiveness of the Tunisian Armed Forces, as they meet or exceed U.S. Military and National Institute of Justice performance standards. Interested parties must submit their quotes by December 22, 2025, at 11:00 AM, and can direct inquiries to Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or by phone at 301-744-6674.
    Six (6) Gentex Corporation helmet systems and components
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking procurement for six (6) Gentex Corporation helmet systems and components on an unrestricted basis. This acquisition includes a firm-fixed price, Requirements type contract for various helmet models and components, with estimated quantities and specific production lead-times outlined for each item. These helmet systems are critical for ensuring the safety and operational effectiveness of military personnel, as they meet stringent operational and safety requirements. Interested vendors should note that the solicitation number is SPE1C1-26-R-0007, anticipated to be posted on or after March 03, 2026, and can find further details on the DLA Internet Bid Board System (DIBBS). For inquiries, contact Mara Cremen at mara.cremen@dla.mil or Michelle Falkowski at Michelle.Falkowski@dla.mil.
    Medical Physics Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a federal contract titled "Medical Physics Testing," which is set aside for small businesses under NAICS code 541990. The objective of this procurement is to provide medical physics testing services, with the contract performance taking place at Fort Campbell, Kentucky. This service is crucial for ensuring the quality and safety of medical, dental, and veterinary equipment and supplies. Proposals are due by 2:00 PM Eastern Daylight Time on December 18, 2025, and must be submitted via email to the designated contacts, Justin Balster and Jason Holck. Offerors are encouraged to review all attached documents for additional details and clarifications regarding the solicitation.
    Blast Overpressure Protection Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Engineer Research and Development Center (ERDC), is issuing a Commercial Solutions Opening (CSO) to acquire innovative commercial products, technologies, or services related to blast overpressure protection. This solicitation allows for the competitive award of proposals that do not need to be commercially available but must meet the requirements set forth by the regulation, enabling the use of commercial procedures for contract execution. The solutions submitted will be evaluated by subject matter experts within the ERDC, emphasizing the importance of innovative approaches in enhancing safety and effectiveness in military applications. Interested parties must submit their proposals through the ERDCWERX platform by 12 PM EST on December 22, 2025, and can reach out to Allison Hudson at allison.b.hudson@usace.army.mil for further inquiries.