Ballistics/Non-Ballistics Testing Solicitation
ID: W91CRB24R0024Type: Solicitation
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 Dec 26, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 22, 2025, 12:00 AM UTC
  3. 3
    Due Feb 17, 2025, 3:00 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
Coveralls
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of fire-retardant explosive coveralls designed for military use at the McAlester Army Ammunition Plant in Oklahoma. Interested contractors must submit technical specifications alongside their bids, which should include compliance with military standards, by April 16, 2025. The contract entails a total order of 300 pairs of coveralls in sizes 3X and 5X, with a firm delivery date set for May 30, 2025, emphasizing the importance of safety and compliance in military operations. For further inquiries, interested parties can contact Casey Pratt at casey.p.pratt.civ@army.mil or by phone at 918-420-7407, and must ensure active registration in the System for Award Management (SAM) at https://www.sam.gov.
PATRIOT Engineering Services (ESM) 2027 - 2032
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land at Aberdeen, is seeking interested contractors to provide engineering services for the PATRIOT Weapon System Program from February 1, 2027, to January 31, 2032. The procurement aims to support a range of engineering activities, including program management, configuration management, product assurance, logistics, system engineering, maintenance engineering, product engineering, software engineering, and testing, essential for the modernization and integration of the PATRIOT system. Interested firms must demonstrate their expertise and experience in these areas and submit their qualifications to the Contract Specialist, Adam Sheir, at adam.d.sheir@dla.mil by 4:00 p.m. on May 7, 2025. This opportunity is a sources-sought announcement for planning purposes and does not constitute a solicitation.
FRONTLINE 500 suits or Equal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of FRONTLINE 500 suits or equivalent apparel certified under NFPA 1991 for chemical flash-fire protection. This solicitation, designated as FA480925Q0038, emphasizes the need for high-quality personal protective equipment (PPE) that meets stringent safety standards, ensuring the safety of personnel in hazardous environments. The procurement is part of a broader initiative to support local businesses, particularly those that are economically disadvantaged or service-disabled veteran-owned, while fulfilling critical safety requirements for fire departments. Interested vendors should direct inquiries to Billy Parham at billy.parham.1@us.af.mil or Michael J Demers at michael.demers.4@us.af.mil, with submission deadlines and additional details outlined in the solicitation documents.
Portacount Automated Test Facility (PATF) Specialized Equipment
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from potential sources to supply specialized equipment for the Portacount Automated Test Facility (PATF). The procurement includes four specific items: a Differential Mobility Analyzer, four modernized PortaCount Plus units, a Condensation Particle Counter, and an Electrostatic Classifier, all intended for shipment to the TMDE Support Center in Camp Carroll, Korea. This initiative is part of the Army's efforts to enhance its testing and diagnostics capabilities, ensuring operational readiness and compliance with military standards. Interested vendors are invited to submit white papers detailing their capabilities by April 18, 2025, and should direct inquiries to Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Lisa Armes at lisa.s.armes.civ@army.mil.
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.
BLAST COVERALLS
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Maritime Puget Sound, is soliciting bids for the procurement of nylon fronted blast coveralls under solicitation number SPMYM225Q1425. The contract requires compliance with federal acquisition regulations, including cybersecurity measures, and emphasizes the importance of supply chain security protocols, with inspections to occur at the destination. These blast coveralls are crucial for ensuring safety and protection in military operations, featuring specifications such as abrasion resistance and breathability. Interested contractors must submit their quotes electronically by 10:00 AM on April 14, 2025, and can contact Armando Saya at armando.saya@dla.mil for further information.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Army's Program Executive Office Soldier (PEO-S), is soliciting proposals for Materiel Fielding and Medical Liaison Support Services under solicitation number W911QY25RA001. The primary objective is to provide comprehensive medical materiel management, logistics support, and technical assistance to enhance Army medical readiness, particularly concerning Soldier Medical Devices (SMD). This procurement is crucial for ensuring that medical equipment and support services are efficiently delivered to military personnel, thereby maintaining operational effectiveness and healthcare standards. Interested small businesses 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 provide testing and reporting services for composite panel specimens at Joint Base Andrews, Maryland. The procurement aims to establish a comprehensive materials testing program, including the generation of materials properties reports and statistical analysis, ensuring equivalency to prior data sets established by the Naval Institute for Aviation Research for AMS 3970 material. This initiative is critical for maintaining high standards in material performance and safety within aerospace engineering applications. 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.
Fire Hose Testing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting 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 annual 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 used by the base's fire department. 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 offerors can contact David Suttling or Edward A. Huchison via email.
AFCEC EOD Bomb Suits
Buyer not available
The Department of Defense, through the United States Air Force (USAF), is seeking information from potential contractors for the acquisition of Explosive Ordnance Disposal (EOD) Bomb Suits and helmets, with the intent to award a one-year contract for approximately 42 units. This procurement aims to enhance the safety and operational capacity of bomb technicians by ensuring compliance with the National Institute of Justice (NIJ) Standard 0117.01, which outlines essential performance and safety requirements for bomb suits. Interested parties are encouraged to respond to the Sources Sought Announcement by submitting their capabilities and addressing specific technical questions by April 14, 2025, with a limit of 20 pages. For further inquiries, contact Chaston Waller at chaston.waller@us.af.mil or Nikita Chandiramani at nikita.chandiramani@us.af.mil.