Skip to main content

An official website of the United States government

You have 2 new alerts

Enhanced Small Arms Protective Insert (ESAPI)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Aug 21, 2023 09:38 am EDT
  • Original Published Date: Aug 15, 2023 04:19 pm EDT
  • Updated Response Date:
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 01, 2023
  • Original Inactive Date: Oct 01, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 8470 - ARMOR, PERSONAL
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:

Description

This acquisition is for the manufacture and delivery of Enhanced Small Arms Protective Insert (ESAPI). The ESAPI shall be manufactured in accordance with CO/PD 04-19 REV J, Amendment 3 dated 24 July 2020. In accordance with FAR Part 19 The solicitation will result in 2 equal lots with 2 planned awards. Lot 1 will contain 50% of the quantity and will be issued as a Total Small Business Set Aside. Lot 2 will contain 50% of the quantity and will be issued as a HUBZone Small Business Set Aside.

Lot 1 - Total Small Business Set Aside 

Minimum: FAT

Maximum: 182,400

                       

                       

Lot 2 -HUBZone Small Business Set Aside       

Minimum: FAT

Maximum: 182,400

A long-term Indefinite Quantity, Firm Fixed-Priced Tiered Contract is planned consisting of 3 (three) separately priced ordering periods. Pricing period 1 will consist of an 18-month ordering period to account for first article testing while Pricing periods 2 and 3 will be a 12-month ordering period respectively for a total ordering period of 42-months. Furthermore, fist article requirements will be separately priced and constitute the contract’s guaranteed minimum requirements. The government will not be bound to place delivery orders beyond the first article requirements. This to ensure vendors receive first article and full rate production approvals prior to obligating funds against the contracts.

A Best Value, Trade-Off Source Selection procedures will be utilized to evaluate proposals. Evaluation factor will be: Past Performance, Performance Confidence Assessment.

The estimated release date of the solicitation is September 2023.  

The Defense Logistics Agency (DLA) limits distribution of export-controlled technical data to DLA contractors that:

-have an approved US/Canada Joint Certification Program (JCP) certification,

-have completed the “Introduction to Proper Handling of DOD Export Controlled Technical Data Training” and the DLA “Export-Controlled Technical Data Questionnaire” (both are available at the web address given below),

-have been approved by the DLA controlling authority to access the export controlled data.

Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/HQ/LogisticsOperations/EnhancedValidation

Availability of solicitations, FAR 5.102(d) applies, as our office no longer issues solicitations or amendments in paper form.

Solicitation will be posted on https://www.dibbs.bsm.dla.mil/ Detailed system requirements and instructions for registration can be found on the DLA DIBBS Home Page accessed on https://www.dibbs.bsm.dla.mil/. A few highlights of the information that will be found include: 1. On the DLA Internet Bulletin Board System (DIBBS) Home Page, click the VENDOR REGISTRATION link to begin the registration process. 2. In order to register for access to secure portions of DLA DIBBS, the company you are representing must already be registered in the System for Award Management (SAM). 3. A Commercial and Government Entity (CAGE) Code registration will be processed immediately. A User ID will appear on the registration screen and a password will be sent separately to the email address of the Super User. If a CAGE is already registered on DLA DIBBS, the name and email address of the Super User will be provided. The Super User should be contacted to set-up additional accounts, logons and passwords for their CAGE. DIBBS Super User * If your CAGE has already been registered on DIBBS, the name and email address of the person designated as your super user will be provided. * The representative who starts the DIBBS registration process has the option to accept their SAM registration POC as the DIBBS super user, or they can designate themselves or another person to act as the super user for the CAGE. * The super user acts as the account administrator for a CAGE. They can add up to ninety-eight (98) additional users, provide user IDs and passwords, modify existing users, and control the login status of each user for their CAGEs through My Account (Account Maintenance).

The Defense appropriations and authorization acts and other statutes (including what is commonly referred to as “The Berry Amendment”) impose restrictions on the DoD’s acquisition of foreign products and services. Generally, Clothing and Textile items (as defined in DFARS clause 252.225-7012), including the materials and components thereof (other than sensors, electronics, or other items added to, and not normally associated with clothing), must be grown, reprocessed, reused, melted or produced in the United States, its possessions or Puerto Rico, unless one of the DFARS 225.7002-2 exceptions applies.

DLA Troop Support has developed a web-based system that allows manufacturers the ability to request specifications, patterns and drawings on our contracting page. To request technical data for DLA Troop Support Clothing and Textiles solicitations, use the following link to the DLA Troop Support Clothing and Textiles Technical Data Repository area at http://www.dla.mil/TroopSupport/ClothingandTextiles/SpecRequest.aspx

Contact Information

Contracting Office Address

  • C AND T SUPPLY CHAIN 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5096
  • USA

Primary Point of Contact

Secondary Point of Contact





History