The RFP Database
New business relationships start here

SAPI Request for Information


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Army Contracting Command - Aberdeen Proving Ground (ACC-APG), in support of the U.S. Army Security Assistance Command's (USASAC) Foreign Military Sales (FMS) Program, has a requirement for the procurement of additional Small Arms Protective Inserts (SAPI). USASAC projects a total of 180,675 SAPI per year will be required for purchase. The Government's intent is to award a five (5) year, multiple award, indefinite delivery indefinite quantity (IDIQ) contract as a result of a future solicitation.

This notice of intent is not a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government.


Technical Requirements: SAPI designs must meet the performance specifications set forth in the attached DRAFT Purchase Description CO/PD 00-03G, dated February 2017 and the attached DRAFT Performance Work Statement (PWS). The SAPI is a Critical Safety Item. When placed in the Outer Tactical Vest (OTV) / Improved Outer Tactical Vest (OTV / IOTV) or Soldier Plate Carrier System (SPCS) (as a component of the Interceptor Body Armor (IBA) system), or other current/future body armor systems, the SAPI must provide ballistic protection from specific 5.56mm and 7.62mm rounds.


The intent of this survey, which includes a questionnaire, is to determine potential SAPI providers. Respondents are requested to answer each question on the attached questionnaire based upon the information and requirements presented in this RFI. The Government is not imposing a page limit to the response; however to assure each response receives proper consideration, it is recommended that the size should not exceed 15 pages (not including supporting documentation). If supporting documentation is necessary, please indicate which portions are relevant to this RFI.


Interested parties may identify their capabilities by responding to this requirement, no later than 12:00pm EST, 6 April 2017. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these items. Verbal responses are not acceptable and will not be considered. Responses shall be submitted via email to ian.a.warner.civ@mail.mil and thomas.j.marousek.civ@mail.mil. Questions concerning this requirement should be e-mailed to ian.a.warner.civ@mail.mil and thomas.j.marousek.civ@mail.mil.


This is a market survey requesting information only. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. The U.S. Government implies no intention or opportunity to acquire funding to support current or future production efforts. If a formal solicitation is generated at a later date, a solicitation notice will be published. No award will be made as a result of this market survey. All information is to be submitted at no cost or obligation to the U.S. Government. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of the market survey. The U.S. Government is not obligated to notify respondents of the results of this survey. Any documentation provided will not be returned. This RFI is issued in accordance with FAR 15.201. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Army Single Face to Industry (ASFI). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.


Ian Warner, Phone 4102785410, Email ian.a.warner.civ@mail.mil - Thomas J. Marousek, Contracting Officer, Phone 4103062187, Email thomas.j.marousek.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP