BOSS-Xe from Wilcox Industries

Archive for the ‘Contracts’ Category

Armor Express Secures Contract with U.S. Marshals Service to Outfit Officers with AMP-1 TP VPAM-certified Ballistic Helmets

Thursday, September 14th, 2017

CENTRAL LAKE, MI, September 13, 2017 – Central Lake Armor Express, Inc. (“Armor Express”), a leading manufacturer and distributor of high-performance body armor solutions, is proud to announce that the U.S. Marshals Service has awarded the Company a contract to outfit Officers in the Western District of Virginia with its latest helmet innovation, the Busch AMP-1 TP ballistic helmet certified to the VPAM standard.

The United States Marshals Service (USMS) is the primary federal agency charged with conducting fugitive investigations throughout the country. The agency regularly works in concert with other federal, state, and local law enforcement agencies to seek out and arrest violent fugitives and sex offenders, and has established task forces throughout the nation to facilitate the apprehension of fugitives.

“We are honored to support this crucial branch of Federal Law Enforcement and stand ready to service their requirements,” stated David Jones, Director of Federal Sales. “We worked to ensure they have the most reliable, high-performance head gear. The Armor Express team understands the enormous danger that USMS officers face when dealing with the most violent fugitives and offenders, and having state-of-the-art protective equipment is of critical importance. We look forward to growing our partnership through the development and delivery of life-saving armor solutions that enable our men and women in uniform to do their job and return home safely.”

Introduced in early 2017, the Busch PROtective AMP-1 TP helmet is certified to VPAM (HVN-2009), the Gold Standard of ballistic testing within Germany, Austria and Switzerland, and brings first rate protection to tactical law enforcement, anti-terror and specialized police officers who may be exposed to close quarter combat and increased risk of being shot within the head region. The helmet is constructed of a multi-layered aramid composite, using a patented EBSP method – a unique production technique that creates elite ballistic capabilities previously attainable only in Titanium helmets.

Weighing an average of 3.6 pounds, the AMP-1 TP is able to stop ballistic threats as close as .78” from the edge and multiple shots on a small surface area. Its increased edge and multi-impact capabilities enhance the helmet’s protective area by up to 50%, compared to standard ballistic helmets. For the risk of taking multiple hits at close range, another key protective element is the helmet’s ability to transfer and dissipate energy around its shell, thereby reducing blunt force trauma. The helmet’s EBSP process counters this threat, thereby significantly reducing the energy transfer to the skull to less than 25 joules. VPAM’s extremely high testing requirements measure back-face deformation, ensuring when the helmet is hit by an incoming round, there is minimal energy transferred from the helmet shell to the user’s head. Further, the AMP-1 TP offers high fragmentation protection of more than 2,034 f/s, according to STANAG 2920.

The helmet comes with a unique rail-system with speed-connect system (SCS) technology, advanced protective padding system certified to the EN 397 (impact/shock attenuation standard), wheel dial for ultimate uni-sizing flexibility, and protective bag. The ‘uni-size’ feature is instrumental, helping departments with typical limited budgets to remove the cost of having to purchase multiple units based on individual fit. The special rail-system with speed-connect system (SCS) gives the wearer even more tactical and modular protective capability. The modular protective visors with varied protection levels (Blunt Impact, Fragmentation, or 9mm/44Mag) can be added/removed from the helmet within seconds, without ever having to take off the helmet – providing the benefit of always being protected. Additional accessories include the NVG 3-hole shroud, helmet cover (black or green color), helmet Velcro kit, helmet counter weight kit, visor protective cover and side-rail adaptor. The AMP-1 TP helmet comes in black, green and sand colors.

For more insights on the Busch AMP-1 TP helmet, along with all soft and hard armor solutions, visit the Armor Express website at www.armorexpress.com.

DLA Goes Bananas, To The Tune Of $49 Million

Tuesday, September 12th, 2017

From The “Too Good To Pass Up” Pile. The Defense Logistics Agency recently announced this contract award. I think it’s the company name, and the fact they are are local, that got my attention.

IMG_3908

“Norfolk Banana Distributors,* Norfolk, Virginia, has been awarded a maximum $49,200,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This is a three-year contract with no option periods. This was a competitive acquisition with three responses received. Location of performance is Virginia, with a Sept. 9, 2020, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2017 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-17-D-P309).”

Survitec PCS Aims to Significantly Reduce Preventable Battlefield deaths

Monday, August 28th, 2017

Norwegian Defence Material Agency signs up to $18m framework contract

Safety solution provider Survitec has launched a pre-hospital care system (PCS) – delivered by the Survitec Med division – that when effectively deployed will dramatically reduce preventable battlefield deaths, by providing world-leading pre-hospital medical equipment packaged ready for field use.

In line with the Norwegian Defence requirement, the PCS adheres to Tactical Combat Casualty Care (TCCC); a battlefield medical doctrine that optimises the interventions and equipment required to reduce preventable battlefield deaths to a minimum.

Around 90% of battlefield deaths occur before reaching definitive medical care1. By employing Survitec’s PCS solutions, combined with the implementation of TCCC guidelines, battlefield personnel can be equipped with the latest and most innovative pre-hospital solutions available today.

Survitec’s PCS equips the user with the tools and training they need to rapidly assess, treat and extract casualties at all stages of the TCCC process; including Care Under Fire, Tactical Field Care and Tactical Evacuation situations. It consists of four components to include high-quality equipment, tactical and emergency pre-hospital training, end-to-end expert support and a global servicing and restock network, ensuring all stages of global battlefield care are delivered seamlessly.

The Norwegian Defence Material Agency (NDMA) has awarded the framework agreement to Sweden-based Promoteq AB, with Survitec as subcontractor, acting as the System Integrator. This is the first large-scale operation of its kind and is valued at $18m for three years – with an option to extend further – meaning the Norwegian Defence will be supported by the cutting edge of battlefield care into the next decade. Survitec’s partner Promoteq is a security and government contractor with more than 10 years of experience of providing Medical state of the art products and training to the Scandinavian market.

Survitec will be officially unveiling the system at DSEI at London’s ExCel, which runs between September 12th and 15th.

Rune Jensen, Chief of Project Department in the General Material Division, NDMA says: “So far the NDMA has a good experience with Promoteq as a System Integrator and Survitec as a subcontractor. We are looking forward to testing a System Integration of this scale and have very high expectations to further cooperation and their future deliveries.”

Survitec Med is staffed and managed by a team full of military experience, informed by years of real world combat deployments and by active, qualified civilian paramedics to provide the best solutions to all tactical field users.

Kevin Wheeler, Medical Director of Survitec, said: “This is a complete end-to-end solution and the only offering of its kind that combines modular designs, tactical medical training, expert support and servicing, anywhere in the world. In simple terms, it is a system that will significantly increase survivability – it will save lives. It not only equips military personnel with the tools they need to care for their comrades, but also provides the training they need to execute any support and care efficiently and quickly. We are proud to be supplying the system to the Norwegian Armed Forces and we hope that other militaries follow suit to ensure their troops are equipped with the latest and most innovative pre-hospital care medical solutions available today.”

Created by Survitec with support from Promoteq, the PCS is delivered with the close involvement of over 40 leading medical companies. Survitec supplies world leading equipment, with each component uniquely packed into a suite of modules optimised for the relevant phase of care, be it under fire, in-field or tactical evacuation.

Survitec’s mission is to provide innovative medical systems that deliver the right equipment to project forward the highest level of care in harsh environments.

The PCS supports extraction, field care, mobility, casualty sustainment and mass casualty events while meeting all required industry standards.

www.survitecgroup.com

Canadian Forces Seeks Sniper Body Armour System

Thursday, August 24th, 2017

Public Works Canada has issued a tender for a Sniper Body Armour System. The details are below, but they only want 319 systems with an option for up to an additional 240 systems over the following 36 months. With numbers that low, it seems like a waste of resources to issue a tender. Just buy something off the shelf from a five eyes partner.  However, they are looking for Canadian content here, so if two or more Canadian companies bid, they won’t consider outside bids.

They explain thier requirement:
The sniper community currently has access to the in-service Fragmentation Protective Vest (FPV) that is worn by all Canadian Forces (CF) members. The in-service FPV is an all-in-one system, meaning the soft armour and in-service Bullet Resistant Plate (BRP) pockets are part of one garment. While the in-service FPV provides excellent ballistic protection, it hinders the snipers ability to operate effectively due to its bulk and restricted range of motion. Therefore it was determined that snipers require a less restrictive garment that allows flexibility of protection and movement based on operational needs.

The Sniper Body Armour System (SBAS) to be delivered under this contract is composed of three components. The first component is the SBAS External Carrier (SBAS EC) that will hold the SBAS Ballistic Panel (SBAS BP). The second component is the SBAS Plate Carrier (SBAS PC) that will hold the in-service BRP. The third component is the Bilingual User Instructions Card that provides important information related to sizing and wearing/caring for the SBAS.

The SBAS will provide ballistic protection to members of the sniper community with improved flexibility of movement and protection options. The sniper will wear individual components or both to maximize ballistic and fragmentation protection.

Quatities:
Item 01 – Sniper Body Armour System (inclusive of all related components) – quantity: 319 units

Options:
This requirement also includes options to purchase additional quantities as follows:
Item 02 – External Carrier Rear – estimated qty: 140 units
Item 03 – Ballistic Panel Rear – estimated qty: 140 units
Item 04 – External Carrier Front – estimated qty: 140 units
Item 05 – Ballistic Panel Front – estimated qty: 140 units
Item 06 – Plate Carrier Rear – estimated qty: 140 units
Item 07 – Plate Carrier Front – estimated qty: 140 units
Item 08a – Sniper Body Armour System (inclusive of all related components) – estimated qty: 240 units

One of the things I really appreciate about Public Works is that they are very specific about how they will evaluate a candidate’s bid proposal.  For example, go take a look at this Technical Evaluation Workbook.  If only the American acquisition community were so transparent.

Read the full details of the solicitation here.

CANSOF Seeks Advanced Special Operations Forces Combat Uniform

Wednesday, August 23rd, 2017

In a solicitation published to Public Works, the Department of National Defence (DND) has issued a requirement for Commercial-Off-The-shelf Advanced Special Operations Forces (SOF) Combat Uniforms (ASCU) to be supplied in accordance with DND specifications.

It is a two stage procurement:

Step I (Initial Contract): each Bidder deemed compliant will be awarded a contract for the supply of a quantity of twenty (20) Shirts and quantity twenty (20) Pants. These Combat Uniforms will be subjected to a User Acceptance performance Evaluation.

Step II (Main Contract): Following the User Acceptance Performance Evaluation result, one contract will be awarded for the Combat Uniforms. The Requisition on contract (ROC) will be for one (1) year with the option to extend for four (4) additional one (1) year period. The Bidder must supply and deliver the Combat uniforms as specified in Individual Requisition on Contract.

The candidate uniforms will be manufactured from No Melt No Drip fabric in the MultiCam print. The uniforms will be trialled by 10 wearers and their technical merit will be evaluated based in these factors:

Although they want samples in MultiCam print, they’ve included a place holder for other colors and patterns in the solicitation.

Have an exterior finish as follows:

a. Printed with the MULTICAM® camouflage pattern; and

b. Other finishes as available including white, black, tan and alternate camouflage patterns;

Another interesting requirement for potential bidders:

Expertise and Proven Design
The Bidder must be an experienced military uniform manufacturer by having been in the business of developing, manufacturing and/or selling military uniforms for a minimum of three (3) years and having sold a minimum of five hundred (500) uniforms to an American, British, Canadian or Australian (ABCA) military force in the last five (5) years.

It will be interesting to see if this solicitation gets CANSOF away from the Peerless manufactured uniforms they are currently using.

USSOCOM Seeks High Velocity 40mm Programmable Airburst High Explosive Ammunition

Monday, August 21st, 2017

The United States Special Operations Command (USSOCOM) and the PM A&W have issued a Sources Sought Notice to industry seeking sources within the national technology and industrial base for the following:

– High-Velocity 40mm Programmable Airburst High Explosive Ammunition

– The ammunition shall provide effects against multiple target sets, including enemy forces in that are in the open, standard vehicles, behind defilade, and C-UAS scenarios

– The ammunition shall be compatible with existing MK 19 and/or MK 47 High Velocity Weapon Systems

Full details are available on www.fbo.gov.

End of Year: 6 Things You Need to Know About DLA’s TLS Contracts in 2017

Thursday, August 17th, 2017

Although this article was originally written and posted to their website by ADS, Inc, the information is applicable to the TLS program writ large. Naturally, DLA wants to close out TLS earlier than last year but with so many years of Sequestration, CRAs and OCO money, the services have forgotten how to trickle funding down to the unit level in a timely and predictable manner. Consequently, every year, chaos ensues at EOY. That’s why it’s imperative to be aware of the latest processes for placing your TLS order.

ADS Inc. is a proud multiple award recipient of the Defense Logistics Agency’s (DLA) Special Operations Equipment (SOE) and thedla Fire & Emergency Services Equipment (FESE) contracts as part of the Tailored Logistics Support Program (TLSP). As an incumbent Prime Vendor, ADS has proven itself successful in fulfilling customer equipment and incidental service needs and requirements since its first prime vendor contract awarded back in 2001 and its first TLS award acceptance in 2005.

ADS’ experienced contracting team, expansive customer-focused sales task force, and its positive relationships with over 3,000 partner suppliers contribute to its ability to exceed the TLS program’s primary goals of reducing costs, ensuring product of choice, improving logistics response time, and improving customer support. In this blog, we highlight six important things you need to know about leveraging DLA’s TLS contracts in 2017. Be informed with ADS!

1. The deadline for submitting End of Year (EOY) orders through DLA’s TLSP Contracts is earlier than last year.

It’s all too common for government entities to reach a use it or lose it period toward the end of the fiscal year. This is a pertinent time for buyers to determine any outstanding requirements and submit them to their contracting office for approval.
For customers, this means NOW is the time to start gathering any last minute purchasing requirements. See Diagram A – TLSP Procurement Vehicles for additional information regarding order processing as it pertains to the FESE and SOE programs.

Submission Date: All TLS orders must be submitted to DLA by September 8, 2017 at 11:59 p.m. Funding must be in by September 22 at 11:59 p.m. Any orders with Fiscal Year (FY) 17 funds submitted past that timeframe will be returned to the submitter. Any orders received after that timeframe will be processed as FY18 funds.

IMG_3511

2. The process for ordering through FESE and SOE TLS remains the same for FY17. Reminder: Kits have new requirements.

As defense budgets shrink and a larger emphasis is put on improving the ordering process, the FESE and SOE TLSP contracts adapted to continue to provide users with a simple, efficient procurement vehicle. The changes adopted in FY16 gave customers greater visibility on orders, more accurate pricing information, and valid obligation/transfer of funding directly with DoD Finance personnel.

Changes were effective the SOE TLS Program (in November 2015) & FESE TLS Program (in May 2016): Due to a mandate to conform to Audit Readiness requirements, several changes have been made to the SOE and FESE ordering process that the customer may or may not be informed of.

Kitting Requirements: Kit purchases must include a breakdown for both SOE and FES. ADS provides a full list, pulled from each manufacturer and compiled.

DLA Troop Support – Construction and Equipment Program:
For more information on how these changes affect the ordering process flow please download the flowchart provided by DLA.
1. Customer must register a designated Finance Office Point of Contact (FOPOC) with their account and submit their information. Here are instructions on how to complete the designation form provided by DLA.
2. Once the customer’s FOPOC is registered, orders can be submitted for equipment, supplies and/or services under the current Order Request Spreadsheet. Once DLA approves the items for scope the request will be solicited amongst the qualified TLSP vendors.
3. DLA will email the Price Acknowledgement Spreadsheet to BOTH the Ordering Activity as well as the FOPOC.
4. Once the order is approved by the FOPOC and the Ordering Activity, the customer submits required funding information via the FOPOC Review Spreadsheet to DLA.
5. Upon award, DLA will send a second notification to the FOPOC and the Ordering Activity letting them know the order is awaiting obligation in the system.
6. Once the KO obligates the order, a third email will be sent to the FOPOC and the Ordering Activity with final order line item details.
7. A final email will be sent from DLA to the customer and will include a request to post receipt of the order in DoD FedMall.

3. It’s easier than ever to register with DLA.

To have access to a wide variety of Commercial Off-The-Shelf (COTS) equipment, incidental services and training through the SOE and FESE TLS Programs, qualifying customers must be authorized DOD, Federal or other DLA approved, federally-funded agencies. For more information on how to register, if you haven’t already, contact the following contracting offices:

FESE
FESE WEBSITE
Registration: Email | FESECustomerRegistration@dla.mil
Ordering: Email | FESOrders@dla.mil
Questions: Email | FESECustomerInfo@dla.mil

SOE
SOE WEBSITE
Registration: Email | SOECustomerRegistration@dla.mil
Ordering: Email | SOEOrders@dla.mil
Questions: Email | SOECustomerInfo@dla.mil

4. Every request is approved on a case-by-case basis. Increase your chances of a quick, smooth approval process with these tips:

There are several reasons why DLA would not award or approve product requests. It’s important to keep in mind that DLA may not always know of the product (if it’s new technology for example) and may not always know the relevant application and how it pertains to your mission and the contract scope.

IMG_3512

5. You can buy incidental services through TLS if they’re ancillary and purchased with a product.

According to Bloomberg Government, the government’s top four spending categories are services-related.
When it comes to the purchase of incidental services through the FESE and SOE TLS Program contracts, they are typically requested as an additional line item on the Customer Order Request Form and are ancillary to a product being requested.

Incidental service requests should also ensure proper functional capability and safety of the accompanying product(s). Consistent with product requests, DLA will approve incidental service requests on a case-by-case basis.

IMG_3513

See Diagram C – EXAMPLES OF INCIDENTAL SERVICE REQUESTS for examples of these requests for both FESE and SOE programs. For additional instruction, visit the DLA SOE TLS Customer Guidelines and DLA FESE TLS Customer Guidelines or contact your respective TSLP Contract Manager.

6. ADS can…

-Help you tackle road blocks early on.

-Help you select equipment that fits your needs and requirements.

-Provide procurement options through both of our FES and SOE TLS contracts.

-Keep you updated on shipping information when your order is complete.

HOW TO ORDER:

1. Send RFQ to ADS
Request a quote from your ADS Account Manager. They will help you identify the best procurement options for your requirements – GSA, TLS, Open Market, etc.

2. ADS Provides Quote
Our knowledgeable ADS Account Managers can help you select equipment to satisfy your requirements, determine procurement options, as well as verify part numbers, lead times, pricing (including freight), and country of origin.

3. Register for the Program
If you determine that the TLS Program is best for your requirement, register for the corresponding TLS Program with DLA Troop Support.
Instructions for Customer/FOPOC Registration:
FESE | SOE

4. Submit Your Order
Email your completed order request to DLA Troop Support. They will act as your contracting office.
Contact Info: SOE TLS Orders: SOEorders@dla.mil
Contact Info: FESE TLS Orders: FESorders@dla.mil

5. You’re All Set!
DLA Troop Support will compete the requirement amongst the participating TLS vendors and provide best pricing for all items requested.
Once approved, DLA Troop Support will contact you and your FOPOC for funding information.
Once that is processed, an award will be made!

www.adsinc.com

Ask SSD – How Do I Write A White Paper?

Monday, August 14th, 2017

We are often asked by various vendors for government solicitations, how they should format a white paper. USSOCOM offers this fictional white paper for its potential vendors as an example.

Entitled, “DUAL-MODE AUGMENTED CANINE TRANSPORT SYSTEM – PROJECT DUCTS”, it is referred to as “Rocket Dog”.

Feel free to use it as a template for white paper development, particularly if you’re submitting one to SOCOM. Download your copy here.