Aviation Body Armor Vest (ABAV)
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 Department of the Air Force, 23 CONS CC, is soliciting offers for Aviation Body Armor Vests (ABAV) under RFQ FA483026P0005. This acquisition is a Total Small Business Set-Aside to procure two separate orders of ABAV for delivery to two different locations. Offers are due by March 16, 2026, at 3:00 PM ET.
Opportunity Details
Moody AFB requires specific quantities of various ABAV components, including USAF Rotary Wing Kits, Adaptive Cummerbunds, and Padded Ballistic Inserts, across multiple sizes. Detailed part numbers and quantities for both Order 1 and Order 2 are provided in the solicitation description. Offerors must provide specification sheets/drawings for evaluation of proposed products.
Contract & Timeline
- Solicitation Number: FA483026P0005
- Type: Combined Synopsis/Solicitation (Request for Quotation)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 8415 (Clothing, Special Purpose)
- NAICS Code: 315990 (Size Standard: 600 employees)
- Offer Due Date: March 16, 2026, 3:00 PM ET
- Published Date: March 6, 2026
- Place of Performance: Fort Moore, GA (administrative), with deliveries to two separate locations.
- Pricing: Firm Fixed Price.
Evaluation & Award
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. The government intends to award a contract without discussions, emphasizing that initial offers should contain the best terms. Offerors must submit specification sheets/drawings for technical evaluation.
Key Considerations
A Sole Source Justification document indicates a strong preference for FirstSpear ABAV products due to specific safety and approval requirements (interim Safe to Fly - iStF). This justification details specific part numbers for various ABAV components and notes previous sole source awards. A Safe-to-Fly memorandum further outlines the recommended configuration (ABAV with ACTS R44100-3 and LPU-10/P) and identifies various limitations and risks associated with the system, which may inform future requirements.
Contact Information
- Contracting Specialist: Aden Luna (aden.luna@us.af.mil, 229-257-1349)
- Contracting Officer: Samuel Garfunkel (samuel.garfunkel.1@us.af.mil, 229-460-3947)