Cold Weather Sleep Pad Request for Information
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 United States Army is conducting a Request for Information (RFI) to identify vendors capable of providing Commercial-Off-The-Shelf (COTS) or mature developmental cold weather sleep pads. This effort aims to inform potential future procurements and testing. Responses are due May 12, 2026.
Scope of Work
The Army is seeking insulated sleeping pads with specific technical capabilities, including:
- Durability: Abrasion and puncture-resistant.
- Weight: 2 lbs. or less (pad and all components).
- R-Value: 7 to 8.5.
- Flame Resistant: Must not melt or drip.
- Flexibility: Maintained in extreme cold (-65 degrees F).
- Dimensions: Must fit 2-98% of US Army Soldiers.
- Color/Pattern: Subdued earth tones (e.g., Coyote Brown, OD Green).
- Water Resistance: Hydrophobic exterior, minimal moisture absorption, quick drying (waterproof is optional).
- Noise: Minimal noise during user movement.
- Inflation/Deflation: Under 1 minute (30 seconds optional), no oral or battery operation.
- Compression: No compression/deflation for 4-8 hours when used with sleep systems; comfort equal to or greater than current ground insulator.
- Compatibility: Fully compatible with current military sleep systems, packable for dismounted, static-line, and Free Fall Airborne operations.
- Maintenance: Must not require laundering (hand-wash only optional); integrated repair kit optional.
Submission Requirements
Interested sources must provide information on their current product(s) addressing the requirements, including:
- Firm's general information (location, size, special designations).
- Production capabilities, including Berry Amendment compliance.
- Retail/wholesale pricing.
- Detailed product description, specs, and material safety information.
- Test reports (if available).
- Production facility name/location, lead time, and monthly capacity.
- Product samples are optional (no payment for samples).
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Response Due: May 12, 2026, by 8:30 PM ET
- Published: April 23, 2026
- Agency: Department of the Army, ACC-APG Division D
- Place of Performance: Fort Belvoir, VA
Additional Notes
This is a Sources Sought announcement for information and planning purposes only; it is not a solicitation and does not guarantee a contract award. Responses will inform small procurements for further testing in cold chamber environments, potentially leading to larger procurements for future winter training. No reimbursement will be made for response costs. All submissions become Government property. Not responding does not preclude participation in future solicitations.