Air Force Airsave Survival Vest and Accessories
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Logistics Agency (DLA) – Troop Support is issuing a pre-solicitation notice for the manufacture and delivery of the United States Air Force (USAF) Airsave Survival Vest and Accessories. This will result in a long-term, Firm-Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a four-year period. The forthcoming Request for Proposal (RFP) will be issued as a 100% HUBZone Small Business Set-Aside.
Scope of Work
The contract requires the manufacture and delivery of the USAF Airsave Survival Vest and various accessories, all in accordance with Purchase Description (PD) WNUV 12-03D. Key items include:
- USAF Airsave Survival Vest (NSN: 8415-01-612-6331): Guaranteed minimum 800, annual estimated 1,000, maximum 6,800.
- Horizontal Mounting Panel (NSN: 8415-01-612-6332): Guaranteed minimum 800, annual estimated 1,000, maximum 6,800.
- Expansion Panel (NSN: 8415-01-612-6327/6330): Guaranteed minimum 500, annual estimated 700, maximum 3,400 (combined).
- General Pocket Assembly (NSN: 8415-01-612-6326/6329): Guaranteed minimum 1,200, annual estimated 1,500, maximum 7,200 (combined).
- Radio Pocket Assembly (NSN: 8415-01-612-6336): Guaranteed minimum 900, annual estimated 900, maximum 4,500.
- CRU/JHMCS Attachment (NSN: 8415-01-611-8235): Guaranteed minimum 300, annual estimated 325, maximum 2,600.
- HMIT Attachment (NSN: 8415-01-690-0205): Guaranteed minimum 150, annual estimated 600, maximum 1,600. Quantities are estimates and subject to adjustment.
Contract & Timeline
- Type: Firm-Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ)
- Duration: Four-year period with tiered pricing across four 12-month ordering periods.
- Set-Aside: 100% HUBZone Small Business.
- Published: March 27, 2026.
- Anticipated RFP Release: Within 45 days of this notification via DIBBS.
Evaluation
Award will utilize Best Value; Trade-Off Source Selection Procedures, allowing for an integrated assessment of technical merit over price. Non-cost factors, when combined, are significantly more important than cost or price. Key factors in descending order of importance are:
- Factor 1: Product Demonstration Models (PDM)
- Visual Requirements (equal importance)
- Dimensional Requirements (equal importance)
- Factor 2: Past Performance – Performance Confidence Assessment
- Recency
- Relevancy (more important than Past Quality of Products)
- Past Quality of Products (equal to Recency, all elements within are equal)
- Past Delivery Performance
Additional Details
- FOB: Destination, Inspection and Acceptance at Source.
- Regulations: DFARS 252.225-7012 applies.
- Materials: All material shall be contractor furnished.
- Production Lead Time: First Article Test (FAT) submission within 90 days of award, Government FAT review within 30 days, Initial Delivery within 150 days of FAT approval.
- Ordering Limits: Maximum monthly ordering quantity of 250 units for the Vest and 500 units for any combination of accessories.
- Delivery Destinations: DLA Troop Support's 3PL depots in Peckham, Lansing, MI; Travis Association for the Blind, Austin, TX; and Lion Vallen, Pendergrass, GA.