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
  1. 1
    Posted Sep 27, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 27, 2024, 12:00 AM UTC
  3. 3
    Due Oct 30, 2024, 2:00 PM UTC
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
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Sep 27, 2024, 7:41 PM UTC
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.
Sep 27, 2024, 7:41 PM UTC
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.
Sep 27, 2024, 7:41 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Security Support Services
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking qualified 8(a) firms to provide Security Support Services at the Aberdeen Proving Ground in Maryland. The procurement aims to secure contractors capable of managing classified and unclassified security actions, including access control, visitor screening, and maintaining security databases, in alignment with U.S. policies and Army regulations. These services are crucial for safeguarding government information and ensuring operational support within the Army's frameworks. Interested parties must submit their capability statements and responses by 10:00 A.M. EST on May 5, 2025, with an estimated contract value not to exceed $4 million and a performance period of three years. For inquiries, contact Pasqulita N. Jackson at pasqulita.n.jackson.civ@army.mil or Todd Strasavich at todd.m.strasavich.civ@army.mil.
ABAV Plate Carriers
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of First Spear Aviation Body Armor Vests (ABAV), specifically requiring 20 full vests, 5 standard plate carriers, and 15 pool variant plate carriers, along with all necessary components. This procurement is essential for enhancing the safety and operational readiness of military personnel at Cannon Air Force Base in New Mexico, reflecting the government's commitment to providing advanced protective gear. Interested small businesses must submit their quotes electronically by April 30, 2025, with questions due by April 25, 2025; for further inquiries, contact TSgt Tamarcus Turner at tamarcus.turner@us.af.mil or Logan Gaib at logan.gaib@us.af.mil.
Sources Sought Notice- Test Stand Safety Platform
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command – New Jersey, is conducting market research to identify businesses capable of providing a test stand safety platform that complies with OSHA and safety standards. The required platform is a 12-foot by 7-foot by 8-foot-high structure designed to ensure safety and stability in the presence of various fluids, featuring a fall protection system, removable railings, and access via a stair or ladder system. This procurement is crucial for facilitating maintenance operations at the Benet Laboratories Directorate, located at Watervliet Arsenal, New York. Interested companies must submit their capabilities statements, including relevant past performance details, by May 5, 2025, to the designated contacts, Kadeem Edwards and Kim M. Potempa Niedosik, via email.
Fire Hose Testing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a contract related to fire hose testing at Wright Patterson Air Force Base in Ohio. The procurement aims to secure commercial services for the inspection and testing of approximately 35,000 feet of firefighting hoses and associated nozzles, ensuring compliance with the National Fire Protection Association (NFPA) standards. This initiative is critical for maintaining the operational readiness and safety of firefighting equipment, which plays a vital role in emergency response efforts. Interested small businesses must submit their proposals electronically by 10:00 AM EDT on April 25, 2025, with a total contract value estimated at $47 million. For further inquiries, potential bidders can contact David Suttling or Edward A. Huchison via email.
West Desert Test Center (WDTC) Mission Support Services (MSS) Follow On Solicitation W51EW725RA001 Amendment 0003
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the West Desert Test Center (WDTC) Mission Support Services (MSS) under solicitation number W51EW725RA001. The procurement aims to secure non-personal services, including qualified personnel and necessary equipment, to support developmental and operational testing of Chemical and Biological defense systems at Dugway Proving Ground, Utah. This contract is critical for ensuring compliance with safety and quality standards while enhancing the operational capabilities of the WDTC. Interested small businesses must submit their proposals by 5:00 PM EDT on April 29, 2025, and can direct inquiries to Eukia Bryant at eukia.d.bryant.civ@army.mil or Ingrid Smith at ingrid.v.smith.civ@army.mil.
8415 -- T-Shirt, Army Physical Fitness Uniform, Long Sleeve
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the manufacture and delivery of long sleeve T-Shirts as part of the Army Physical Fitness Uniform (APFU). This procurement aims to fulfill the needs of military personnel by providing high-quality, compliant apparel, adhering to specific manufacturing and performance standards outlined in the solicitation. The contract will be awarded based on a "Best Value Tradeoff" approach, emphasizing product demonstration models and past performance, with a minimum quantity of 89,823 units and an estimated annual quantity of 359,292 units. Interested vendors must submit their proposals via DIBBS by May 7, 2025, at 3:00 PM ET, and can contact Maria C Aguayo or Kiaralis Velez Santiago for further information.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for Materiel Fielding and Medical Liaison Support Services under solicitation number W911QY25RA001. The procurement aims to enhance Army medical readiness through comprehensive management, procurement, and distribution of medical equipment and supplies, ensuring operational support for military personnel. This initiative is critical for maintaining healthcare capabilities within the Army, with a performance period spanning from July 3, 2025, to July 2, 2026, and options for additional years. Interested parties must submit their proposals by April 21, 2025, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
Testing and Reports of Composite Panel specimens
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is seeking information from potential sources to procure testing and reporting services for composite panel specimens at Joint Base Andrews, Maryland. The objective is to conduct a comprehensive materials testing program, including nondestructive inspections and the generation of detailed reports on material properties, in accordance with established ASTM standards and prior data sets from the Naval Institute for Aviation Research. This initiative is critical for ensuring compliance with material qualifications essential for defense applications in aerospace engineering. Interested parties must submit a capabilities statement by 2:00 p.m. Eastern Standard Time on April 23, 2025, to Lyle Kralle at lyle.kralle@navy.mil, with all responses being at the respondent's expense and proprietary information clearly marked.
Using Protease Cascades to Detect Protein Targets
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking to award a sole source contract to Potomac Affinity Proteins, LLC for the development and testing of a protease cascade designed to detect protein targets in environmental samples. This innovative research requirement involves the use of target-specific antibodies or related ligands to aggregate protein targets and initiate a signal cascade, which is critical for advancing biotechnology applications in health and safety. The contract will be awarded without further competition unless other capable sources respond by the deadline of 12:00 PM EST on May 6, 2025, with evidence of their ability to meet the requirements. Interested parties should direct their inquiries to Tara Borntreger at tara.j.borntreger.civ@health.mil or Jayme Fletcher at jayme.l.fletcher2.civ@health.mil.
FE Warren Protective Clothing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for protective clothing services for the 583rd Missile Maintenance Squadron at FE Warren Air Force Base in Wyoming. The procurement involves leasing, cleaning, repairing, and tracking contractor-owned protective clothing, with a contract structure based on a firm fixed price for an initial period of twelve months, followed by four optional years. This service is crucial for maintaining safety and compliance standards within military operations, ensuring that personnel are equipped with properly maintained protective gear. Interested small businesses must submit their proposals by May 2, 2025, and direct any inquiries to Rachel Wright at rachel.wright.9@us.af.mil or Melissa Huston at melissa.huston.2@us.af.mil.