Federal Bid

Last Updated on 13 Jun 2025 at 8 PM
Solicitation
Panama city Florida

Total Small Business Set Aside-Naval Security Forces Tactical Vest (NTV): Type I and II Variants

Solicitation ID N61331-25-R-0008
Posted Date 13 Jun 2025 at 8 PM
Archive Date 18 Jul 2025 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Naval Surface Warfare Center
Agency Department Of Defense
Location Panama city Florida United states

The Special Mission Systems Division (S20) within Naval Surface Warfare Centers Panama City Division has a requirement for manufacturing of the Naval Security Forces Tactical Vest - Type I and Type II variants. The NTV is a critical safety item. The NTV is a modular unisex body armor system providing multiple levels of ballistic protection depending on the system configuration. This Performance Work Statement (PWS) specifies the requirements for the Contractor to produce and deliver the NTV. Qualification and eligibility for any production task orders under this contract is contingent upon the contractors successful completion of First
Article Test (FAT) in accordance with the purchase description (PD) NQ/PD 23-01.

NOTE: This is a 100% small business set-aside.

Please read the attached solicitation in its entirety, which includes the SOW, provisions, and clauses. In addition, please see the attached CDRLS, purchase description, QALI, pattern files, and ordering procedures. June 16th is the Deadline for requesting locked attachments. 
 

**The purpose of this amendment is to add and address the questions posed by industry**

Question: Would your office be amenable to granting a 30-day extension to the submission deadline? This additional time would allow us to ensure thorough preparation and compliance with all technical and administrative requirements.
Answer: At this time the Government does not intend on extending the subject solicitation. Please continue to monitor SAM.gov for any updates.

Question: Is a NIJ 0101.07 Type HG2 certified package considered acceptable in lieu of a NIJ 0101.06 Type IIIA certified package? We seek clarification on whether the newer standard (HG2 under NIJ 0101.07) meets or exceeds the ballistic performance criteria specified under the previous 0101.06 Type IIIA standard for the purposes of this solicitation.
Answer: Yes, it is considered acceptable. NIJ IIIA = NIJ HG2

Question: If a material required for the PDM samples is not readily available, may a substitution material be used and documented on a deviation letter submitted with the PDMs? Some materials have long lead times and without an extension to the current due date, sourcing these required materials may take some additional time. 
Answer: Yes, materials may be substituted with other similar materials and a deviation letter.

Question: Factor 1 states that PDMs are due per Block 8 of the SF33; however, Block 8 does not specify a due date. Can you please confirm whether the intended due date for PDM submission is July 3, 2025, at 4:00 PM CST, as listed in Block 9 and consistent with the overall proposal submission deadline?
Answer: Yes, Factor 1 should have stated “Block 9 of the SF33” and will be corrected in SAM.gov to be consistent with the overall proposal submission deadline.

Question: Section 3.2.1.3 of the RFP states that the Government will pay for FAT test articles and the conduct of the initial FAT, which we interpret to mean the actual testing costs associated with testing of the FAT samples. Can you please confirm if this interpretation is correct? Additionally, can you clarify who is responsible for the cost of LAT testing?
Answer: The government will pay for the FAT samples and the testing for INITIAL FAT, any subsequent testing if a re-FAT is needed is at the cost of the vendor. The government will also pay for LAT testing.

Question: Section B notes a maximum quantity of 55,187 units under the contract. Can you please confirm whether this quantity is the maximum per awardee under the IDIQ, or the total maximum across all MAC contract awardees?
Answer: The maximum quantity of 55,187 units is the total maximum across all MAC contract awardees, not per awardee.

Question: Can you please confirm the order of precedence among the pattern files, purchase description, and figures? We interpret the documents to mean that pattern files take precedence over the purchase description, and the purchase description takes precedence over the figures — is that correct?
Answer: Yes, patterns supersede the PD and the PD supersedes the figures. The figures are provided for reference only.

Bid Protests Not Available