FLYERS, CWU-110/ P MASK
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 is conducting a Sources Sought market research effort to identify potential manufacturers for Flyers, CWU-110/P Masks. This initiative aims to gather information on industry capabilities and inform a future acquisition strategy for these specialized cold weather facemasks. Responses are due by January 28, 2026, at 3:00 PM EST.
Purpose
This is a market research survey, not a request for bid or proposal, conducted by the Naval Air Systems Command (NAVAIR) and DLA Troop Support. The primary goal is to identify qualified sources for the CWU-110/P Masks, assess industry capabilities, and determine an appropriate acquisition strategy. DLA Troop Support anticipates issuing a solicitation under an Indefinite Quantity Contract with tiered pricing in the future.
Scope of Work / Key Requirements
The requirement is for Flyers, CWU-110/P Masks, specifically PGC 03518, NSN: 8415-01-558-3536 (2400 units) and 8415-01-558-3538 (768 units). These facemasks must adhere to NAWC PD 4631-04-23A dated 24 October 2012, which details requirements for fleece aramid facemasks designed for cold weather operations. Key specifications include:
- Design: Non-adjustable, covering nose, mouth, and throat, with a pass-through slot for communication devices.
- Sizes: Medium-Large (M-L) and XLarge (XL).
- Classes: Class 1 (Green 3438) and Class 2 (Coyote Brown 3758).
- Materials: Primarily flame-resistant knitted fleece, with silk weight knitted mesh and knit velour. Specific material standards (e.g., ARAMID THREAD, SPUN STAPLE, A-A-55217B) and colors are detailed.
- Construction: Specific stitching, seams, bar tacking, and manufacturing operations are defined.
- Labeling: Requires individual bar-coding with 13-digit NSN and 12-digit government-assigned UPC on paper tags, conforming to MIL-DTL-32075.
- Packaging: Must comply with MIL-PRF-121G (Type II) and ASTM-D-5118 for shipping containers, with lot numbering per MIL-STD-129.
Compliance Requirements
All items must be Berry Amendment Compliant, meaning all components must be of domestic origin in compliance with DFARS clause 252.225-7012, Preference for Certain Domestic Commodities (April 2022). Quality assurance requirements include DLA Troop Support Clothing & Textiles Additional Quality Assurance Requirements Revision 1 (August 2021) and ANSI/ISO/ASQ Q9001-2015 (excluding para 7.3) or equivalent. Inspection at Source/Acceptance at Source is applicable, and components may undergo government laboratory testing.
Submission & Evaluation
Interested vendors are requested to provide:
- Estimated unit price.
- Company details (POC, email, phone), business size and type, number of employees, manufacturer/dealer status, and place of performance.
- Experience with government contracts and commercial item awareness.
- Production lead time capability (target 150 days).
- Material/labor ratio, cost drivers, material pricing stability, and domestic material availability.
- Interest in Economic Price Adjustment (EPA) clauses. Offerors must identify suppliers, manufacturers, and addresses for all components; failure to do so may result in rejection. WAWF is required for Material Inspection Receiving Reports.
Contract & Timeline
- Opportunity Type: Sources Sought
- Set-Aside: None specified
- Delivery Location: Pendergrass, GA (VSTJ)
- Response Due: January 28, 2026, 3:00 PM EST
- Published Date: January 13, 2026
Additional Notes
This notice is for planning purposes only and does not constitute a solicitation. Questions regarding laboratories and suppliers should be directed in writing to the Procurement Buyer. Allow 30 working days for shade testing.