CANOPY, CARGO, PARACHUTE
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) Aviation is issuing a Presolicitation for an Indefinite Quantity Contract (IQC) for Canopy, Cargo, Parachute (NSN 1670-01-247-7151). This is a Total Small Business Set-Aside for a Critical Application, ARMY CSI, and Life Support Item. The solicitation, SPE4A7-26-R-0440, is expected to be available on February 27, 2026, with proposals due by March 30, 2026.
Scope of Work
This opportunity is for a Long Term Contract (LTC) for a Canopy, Cargo, Parachute, NSN 1670-01-247-7151. The Estimated Annual Demand (EAD) quantity is 160 each for each of the five one-year base periods. This item is designated as a Critical Application Item, an ARMY CSI item, and a Life Support Item. Required testing includes Textile Testing, Government First Article Testing, and Production Lot Testing. A subcontracting plan is not required.
Contract & Timeline
- Type: Presolicitation for an Indefinite Quantity Contract (IQC) / Long Term Contract (LTC)
- Solicitation Number: SPE4A7-26-R-0440
- Duration: 5 one-year base periods
- Set-Aside: Total Small Business Set-Aside (100% Small Businesses only)
- Published Date: February 13, 2026
- Solicitation Availability: February 27, 2026
- Response Due: March 30, 2026, 6:00 PM Z
Evaluation
The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. Past Performance Information Retrieval System (PPIRS) will be utilized.
Additional Notes
Specification plans or drawings are not available from the Government. FOB is Origin, with stock locations in New Cumberland, PA, and Tracy, CA. Inspection and Acceptance will be at Origin, and a higher level of quality is required. The solicitation will be available via DLA DIBBS (https://www.dibbs.bsm.dla.mil/) on the issue date. A paper copy will not be available. Offerors will need Adobe Acrobat Reader to view the PDF solicitation.