The U.S. Army Corps of Engineers Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) intends to issue a Firm Fixed Price (FFP) sole source award to Patriot Armored Systems, LLC (Cage: 6JPY0 / UEI: W7UCUSDZ8DC5) for window glazing.
The ERDC GSL is conducting research and development in conjunction with Virginia Tech to mitigate potential safety hazards and security threats posed by Commercial Unmanned Aircraft Systems (C-UAS). ERDC and Virginia Tech will be conducting experiments designed to support the development and validation of various models for glazing systems subjected to threats delivered by C-UAS, as well as to collect proof of concept data on potential stand-off enforcement strategies. Because of this, the ERDC GSL requires a total of seventy (70) units insulated and monolithic glazing layups to be delivered to the ERDC.
The ERDC is performing ballistic testing of different glazing layups purchased from Patriot Armored Systems, LLC, a small business entity, at the ERDC’s Big Black Test Site in Vicksburg, MS. The manufacturing process is critical to the performance of the window.
Patriot Armored Systems, LLC. the source of the previously tested multi-layered laminated window glazing sheets, which are being required for additional ballistic and forced entry testing.
As a result, is essential that the glazing be manufactured to the exact specifications only provided by Patriot Armored Systems, LLC. While other places might be able to manufacture the required windows with similar materials and properties, their process, materials and quality control standards may not be the same as that of Patriot Armored Systems, LLC.
The award will be issued in accordance with FAR 13.500. The applicable North American Industrial Classification System Code (NAICS) code is 238150, Glass and Glazing Contractors, with a size standard of $19.0 million. This notice of intent is for information purposes only.
This notice is not a request for competitive quotes or proposals. A solicitation will not be issued. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The information submitted must be provided in sufficient detail to demonstrate the vendor’s ability to fulfill this requirement. The contractor must also provide a description of their past experience in fulfilling requirements which are the same or similar to this requirement and references for each.
Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this requirement on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communications are not acceptable in response to this notice. Responses to this requirement may be submitted to Angie Stokes at [email protected] and David Ammermann at [email protected]. The solicitation number shall be included in the subject line of the e-mail submission. Responses must be received no later than 5:00PM CST 8 July 2025.