Aviation Body Armor Vests (ABAV) 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 Department of the Air Force, through the 45 CONS PK office at Patrick Space Force Base, FL, has issued a Combined Synopsis/Solicitation for Aviation Body Armor Vests (ABAV) and components. This requirement is a 100% Small Business Set-Aside to procure FirstSpear ABAV and associated items, which are approved for HC-130J and HH-60W aircrew. Quotes are due May 25, 2026, at 1:00 PM Eastern.
Scope of Work
This opportunity seeks to replenish stock and issue new FirstSpear Aviation Body Armor Vests (ABAV) and components for aircrew operating HC-130J and HH-60W aircraft within AFRC, ACC, and 920 RQW. The required items include:
- USAF Rotary Wing Kit w/o CTAF Cummerbund, SAPI/ESAPI, OCP/TAN499 FR (various sizes)
- Tactical Aid to Flotation, SAPI (various sizes)
- Padded Ballistic Insert, Overlap, SAPI (various sizes)
- Padded Ballistic Insert, SAPI (various sizes)
The ABAV vests must meet specific salient characteristics, including a lightweight, modular design, NIJ Level IIIA soft armor (9mm), improved durability, NIJ Level IV ESAPI plates (stopping .30-06 M2 AP rounds), and a quick-release system. These vests provide life-saving protection, immediate buoyancy in overwater emergencies, and maximum combat protection, meeting airworthiness and safety requirements.
Contract Details
- Contract Type: Firm Fixed Price (implied)
- Set-Aside: 100% Small Business Set-Aside (FAR 19.5)
- NAICS Code: 315990 (Size Standard: 600 Employees)
- Place of Performance/Delivery: Patrick SFB, FL 32925
- Delivery Requirement: By July 31, 2026
Submission & Evaluation
- Questions Due: May 18, 2026, 1:00 PM Eastern
- Quotes Due: May 25, 2026, 1:00 PM Eastern
- Submission Method: Email quotes and questions to gage.beyleu.2@spaceforce.mil and cynthia.whittaker@spaceforce.mil.
- Format: PDF or Word. No .zip files. No telephone communications.
- Quote Content: Must include solicitation number, vendor details (name, address, phone, UEI, EFT indicator), information for evaluation factors, responses to provisions/certifications, and a statement of agreement with terms.
- Offer Validity: Offers must be held firm for 60 calendar days.
- Evaluation Criteria: Technical acceptability, price, and schedule. Award will be based on the best value to the Government, not necessarily the lowest price.
Additional Notes
The solicitation references the Revolutionary FAR Overhaul (RFO). Full text of clauses and provisions can be found at https://acquisition.gov.