Opportunity

SAM #SPE1C1-26-R-0042

DLA Troop Support Solicitation for USAF Airsave Survival Vests and Accessories

Buyer

DLA Troop Support

Posted

March 27, 2026

Respond By

April 13, 2026

Identifier

SPE1C1-26-R-0042

NAICS

315210, 315990, 315280, 314910

This opportunity involves the Defense Logistics Agency (DLA) Troop Support's pre-solicitation for USAF Airsave Survival Vests and accessories: - Government Buyer: - Defense Logistics Agency (DLA) Troop Support, Department of Defense - Products Requested (all manufactured per PD WNUV 12-03D): - USAF Airsave Survival Vest (NSN: 8415-01-612-6331), Qty: 1,000 - Horizontal Mounting Panel (NSN: 8415-01-612-6332), Qty: 1,000 - Expansion Panel, Small (NSN: 8415-01-612-6327), Qty: 700 - Expansion Panel, Large (NSN: 8415-01-612-6330), Qty: 700 - General Pocket Assembly, Small (NSN: 8415-01-612-6326), Qty: 1,500 - General Pocket Assembly, Large (NSN: 8415-01-612-6329), Qty: 1,500 - Radio Pocket Assembly (NSN: 8415-01-612-6336), Qty: 900 - CRU/JHMCS Attachment (NSN: 8415-01-611-8235), Qty: 325 - HMIT Attachment (NSN: 8415-01-690-0205), Qty: 600 - Notable Requirements: - Best Value Trade-Off Source Selection - First Article Testing required - All materials must be contractor furnished - DFARS 252.225-7012 applies (domestic preference for certain commodities) - Contract Structure: - Four-year Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) with tiered pricing - Estimated annual quantities and guaranteed minimums specified - Delivery Locations: - DLA Troop Support’s Third-Party Logistics depots in Lansing, MI; Austin, TX; and Pendergrass, GA - No specific OEMs are named; opportunity is open to qualified manufacturers meeting the technical requirements.

Description

A.  The Defense Logistics Agency (DLA) – Troop Support is issuing this pre-solicitation notice for the manufacture and delivery of the United States Air Force (USAF) Airsave Survival Vest and Accessories. All items shall be manufactured in strict accordance with Purchase Description (PD) WNUV 12-03D dated 7 February 2025, which supersedes PD WNUV 12-03C dated 21 September 2023, and includes all interim changes and applicable drawings and patterns. The forthcoming Request for Proposal (RFP) will be issued as a 100% HUBZone Small Business Set-Aside. The award made from this solicitation will result in a long-term, Firm-Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract consisting of a four-year period with tiered pricing structured across four (4) 12-month ordering periods.

Required items: 

1.    USAF Airsave Survival Vest / NSN: 8415-01-612-6331  Guaranteed minimum quantity: 800 each Annual estimated quantity: 1,000 each Maximum quantity: 6,800 each

2.    Horizontal Mounting Panel / NSN: 8415-01-612-6332 Guaranteed minimum quantity: 800 each Annual estimated quantity: 1,000 each Maximum quantity: 6,800 each

3.    Expansion Panel (two sizes) / NSN: 8415-01-612-6327 (small), 8415-01-612-6330 (large) Guaranteed minimum quantity: 500 each (combined for both sizes) Annual estimated quantity: 700 each (combined for both sizes) Maximum quantity: 3,400 each (combined for both sizes)

4.    General Pocket Assembly (two sizes) / NSN: 8415-01-612-6326 (small), 8415-01-612-6329 (large) Guaranteed minimum quantity: 1,200 each (combined for both sizes) Annual estimated quantity: 1,500 each (combined for both sizes) Maximum quantity: 7,200 each (combined for both sizes)

5.    Radio Pocket Assembly / NSN: 8415-01-612-6336 Guaranteed minimum quantity: 900 each Annual estimated quantity: 900 each Maximum quantity: 4,500 each

6.    Crew Regulator Unit/Joint Helmet Mounted Cueing System (CRU/JHMCS) Attachment / NSN: 8415-01-611-8235 Guaranteed minimum quantity: 300 each Annual estimated quantity: 325 each Maximum quantity: 2,600 each

7.     Helmet Mounted Integrated Targeting System (HMIT Attachment) / NSN: 8415-01-690-0205 Guaranteed minimum quantity: 150 each Annual estimated quantity: 600 each Maximum quantity: 1,600 each

Note: The quantities provided are estimates for planning purposes only. The Government reserves the right to adjust these quantities in the official solicitation based on updated demand and supply requirements.

B.    This acquisition will utilize Best Value; Trade-Off Source Selection Procedures in accordance with the DoD Source Selection Procedures. The trade-off will allow the Government to make an integrated assessment of technical merit over price to ensure the successful awardee understands the technical requirements to manufacture the Airsave Vest and Accessories. The solicitation’s non-cost price factors, in descending order of importance, are as follows:

Factor 1: Product Demonstration Models (PDM)

a)    Visual Requirements b)    Dimensional Requirements 

Note: The PDM subfactors above are of equal importance. 

Factor 2: Past Performance – Performance Confidence Assessment

(a) Recency (b) Relevancy (c) Past Quality of Products • Past Quality of Items • Past Delivery Performance

Note: The Relevancy sub-factor is more important than Past Quality of Products which is equal to Recency. Furthermore, only those past experiences that are determined to be “Very Relevant”, “Relevant”, and “Somewhat Relevant” will be evaluated for the Past Quality of Products sub-factors. Within the Past Quality of Products, all elements are of equal importance.

All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. As other evaluation factors become more equal, the evaluated cost or price becomes more important.

C.    The acquisition will be FOB Destination, Inspection and Acceptance at the Source.

D.    DFARS 252.225-7012 – Preference for Certain Domestic Commodities (Apr 2022) applies to the  acquisition.  

E.     All material shall be contractor furnished. 

F.    The production lead time for the initial order will be calculated based on the following sequential milestones, starting from the date of contract award:

•    First Article Test (FAT) Submission: The contractor shall submit the First Article within 90 days after contract award.

•    Government FAT Review: The Government will have 30 days to review, test, and approve or disapprove the First Article.

•    Initial Delivery: The contractor shall deliver the first production order within 150 days after receipt of FAT approval.

G.     The contract will establish a maximum monthly ordering quantity of 250 units for the Airsave Vest and 500 units for any combination of accessories. This maximum quantity is established for ordering flexibility and does not represent a guaranteed minimum or an estimated monthly requirement.

H.     The delivery destinations will be DLA Troop Support’s Third-Party Logistics (3PL) depots located at Peckham, Lansing, Michigan; Travis Association for the Blind, Austin, Texas; and Lion Vallen, Pendergrass, Georgia. 

I.    Next Step: A formal RFP is anticipated to be issued via the DLA Internet Bid Board System (DIBBS) within 45 days of this notification.   

View original listing