Airsave Survival Vest Type I & II and Components
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 has issued a Special Notice regarding a Consolidation Determination and Finding (D&F) for the acquisition of Airsave Survival Vest Type I & II and Components. This notice informs the public of the intent to consolidate contract requirements under a single Indefinite Delivery Indefinite Quantity (IDIQ) acquisition (solicitation SPE1C1-25-R-0088) to reduce lead times and administrative burdens. This is an informational notice and does not constitute a solicitation.
Purpose & Scope
The DLA intends to award a single Firm-Fixed Price IDIQ contract for thirteen (13) National Stock Numbers (NSNs) related to Airsave Survival Vests and their components. The consolidation is justified by FAR 7.107-2, anticipating benefits such as economies of scale, reduced administrative costs, improved performance, and better quality, which are expected to substantially exceed the benefits of alternative contracting approaches.
Key Requirements / Deliverables
The acquisition includes:
- Vest Survival Type I (NSN: 8415-01-568-9793)
- Vest Survival Type II (NSN: 8415-01-568-9791)
- Various associated components, including Sea Pocket Assembly, Harness Hoisting Assembly, Radio Survival Pocket, General Pocket, Oxygen Regulator Pockets (CRU-103/P, V-22), Underwater Pocket, Pistol Survival Pocket, Knife Pocket, Adjustment Strap, and Panel Expansion.
Contract Details
- Contract Type: Firm-fixed price, Indefinite Delivery, Indefinite Quantity (IDIQ)
- Period of Performance: Sixty (60) months, structured into five (5) separate twelve (12) month pricing tiers.
- Estimated Maximum Dollar Value: [Redacted]
Eligibility & Set-Aside
- The upcoming solicitation will be issued on an Unrestricted basis.
- Market research did not indicate a reasonable expectation of receiving at least two offers from qualified small businesses.
- Small businesses will have the opportunity to submit proposals and may be facilitated through subcontracting efforts.
Evaluation
- The future solicitation will utilize Best Value Tradeoff source selection procedures.
Key Dates
- Notice Published: February 18, 2026
- Response Date for Comments on D&F: February 27, 2026