Skip to content
Department of Defense

Small Arms Protective Inserts (SAPI) Foreign Military Sales (FMS)

Solicitation: W91CRB-26-R-A006_SAPI
Notice ID: 00030827179f4632be4458971a11ce1f
TypeSolicitationNAICS 339113PSC8470DepartmentDepartment of DefenseAgencyDept Of The ArmyStateMDPostedJan 29, 2026, 12:00 AM UTCDueApr 22, 2026, 02:00 PM UTCCloses in 59 days

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Apr 22, 2026. Industry: NAICS 339113 • PSC 8470.

Market snapshot

Awarded-market signal for NAICS 339113 (last 12 months), benchmarked to sector 33.

12-month awarded value
$30,291,042
Sector total $20,341,046,444 • Share 0.1%
Live
Median
$50,352
P10–P90
$0$535,532
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+9830%($29,687,017)
Deal sizing
$50,352 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
Aberdeen Proving Ground, Maryland • United States
State: MD
Contracting office
Aberdeen Proving Grou, MD • 21005-5001 USA

Point of Contact

Name
Andrea L. Seaman
Email
andrea.l.seaman.civ@army.mil
Phone
Not available
Name
Shelby A. Saum
Email
shelby.a.saum.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-APG • W6QK ACC-APG
Contracting Office Address
Aberdeen Proving Grou, MD
21005-5001 USA

More in NAICS 339113

Description

*** 29 January 2026 - Uploaded updated Attachment 7. ***

The U.S. Army Contracting Command at Aberdeen Proving Ground (ACC-APG) is issuing this solicitation for Small Arms Protective Insert (SAPI) in support of the United States Army Security Assistance Command (USASAC). SAPI provide ballistic protection 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 systems identified above are designated as a critical safety item (CSI). SAPI sizes shall include X-Small, Small, Medium, Large, and X-large. The contract type for this requirement is a single award Indefinite Delivery/Indefinite

Quantity (IDIQ), Firm Fixed Price (FFP), with a five (5) year ordering period, in accordance with FAR 16.504. Orders will be issued on an as-needed basis. These orders will support various Foreign Military Sales (FMS) Cases. Contract minimum and maximum limitations are identified in the solicitation.

In accordance with DFAR Clause 252.225-7012, products provided must be in compliance with the Berry Amendment, in that all components of the item are to be grown, reprocessed, reused, or produced in the United States.

 Ballistic resistance testing will be required. First Article Testing (FAT), Production Lot Testing and Quality Assurance testing protocol and details will be identified in the solicitation.

This solicitation will be out for a total of 90 days and as part of the solicitation, the contractor is required to submit Product Demonstration Models (PDM) for Government test and evaluation. The electronic, on-line version of the solicitation includes all documents of the solicitation package. Amendments, if any, will be posted at the same location as the solicitation. The complete solicitation package, including amendments, should be received and reviewed prior to submitting a response. It is the responsibility of those responding to the solicitation to obtain all amendments and/or other applicable documents associated with the solicitation. The Point of Contact (POC) for this action is Andrea Seaman – andrea.l.seaman.civ@mail.mil. All questions or comments in response to the Solicitation shall be submitted, in writing via the instructions posted in the solicitation.

NOTE: To obtain a copy of the Purchase Description (PD) and SAPI drawing specifications, each requestor will submit the form “Attachment 11 – Document Release Request Form” for approval to PEOs security PCO, with the solicitation as the subject title. Send email to PEO security PCO - Hopping, Jakob A CIV USARMY PEO SOLDIER (USA) jakob.a.hopping.civ@army.mil AND Contracting Officer - Shelby.a.saum.civ@army.mil.

Once the interested offeror has obtained approval, that approval shall be sent to the contracting office Andrea Seaman andrea.l.seaman.civ@army.mil and Shelby Saum Shelby.a.saum.civ@army.mil for the Purchase Description (PD) and SAPI drawing specifications.

It is the responsibility of interested offerors to monitor the SAM.gov website, on a regular basis, for any updates to these documents. Other documents, as necessary, will be posted when available.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Executive summary

The U.S. Army is soliciting proposals for Small Arms Protective Inserts (SAPI) through Solicitation W91CRB-26-R-A006_SAPI, aimed at enhancing ballistic protection for Soldiers. The contract will follow an Indefinite Delivery/Indefinite Quantity (IDIQ) model with a firm-fixed-price structure, spanning a five-year ordering period. Vendors must comply with the Berry Amendment, ensuring all components are produced in the U.S., and provide Product Demonstration Models for testing.

What the buyer is trying to do

The buyer is seeking to procure Small Arms Protective Inserts (SAPI) to ensure enhanced ballistic safety for U.S. Army personnel and Foreign Military Sales (FMS) cases, ensuring compliance with specific production and testing requirements.

Work breakdown
  • Review and analyze solicitation documents, including amendments.
  • Prepare and submit the Product Demonstration Models (PDM) for testing.
  • Ensure compliance with the Berry Amendment and perform ballistic resistance testing.
  • Complete First Article Testing (FAT) and Production Lot Testing as per requirements.
  • Develop pricing strategy considering firm-fixed-price structure.
Response package checklist
  • Completed proposal including technical and pricing sections.
  • Documentation ensuring compliance with the Berry Amendment.
  • Detailed information on ballistics testing procedures and certifications.
  • Submission of Product Demonstration Models (PDM).
  • Complete Attachment 11 - Document Release Request Form as necessary.
Suggested keywords
Ballistic protectionIC identifierU.S. manufacture complianceProduct Demonstration ModelsFirst Article Testing
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Clarification on specific testing standards for the ballistic inserts.
  • Details on the estimated order volumes over the five-year period.
  • Exact minimum and maximum limits for orders under the IDIQ contract.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.