HARNESS, PERSONNEL, 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 a Long Term Contract (LTC) for Harness, Personnel, Parachute (NSN 1670-00-369-5444). This is an Indefinite Quantity Contract with three one-year base periods, each with an Estimated Annual Demand (EAD) of 2000 units. This opportunity is a Total Small Business Set-Aside. The solicitation, SPE4A7-26-R-0071, will be available on February 20, 2026, with proposals due by March 23, 2026.
Scope of Work
This requirement is for a Harness, Personnel, Parachute, identified as a Critical Application Item, a NAVY CSI item, and a Life Support Item. Key requirements include:
- Testing: Textile Testing, Government First Article Testing, and Production Lot Testing.
- Certifications: Export Control Certification.
- Quality: Higher level quality is required.
- Logistics: FOB: Origin, Stock Location: New Cumberland, PA & Tracy, CA, Inspection/Acceptance: Origin.
- Specifications: Specification plans or drawings are not available from the Government.
Contract & Timeline
- Type: Long Term Contract (LTC) / Indefinite Quantity Contract (IQC)
- Duration: Three one-year base periods
- Estimated Annual Demand: 2000 units per base period
- Set-Aside: Total Small Business Set-Aside (100% Small Businesses only)
- Solicitation Release: February 20, 2026
- Proposal Due: March 23, 2026, 6:00 PM UTC
- Published: February 5, 2026
Evaluation
The final contract award decision may be based upon a combination of price, past performance (via PPIRS), and other evaluation factors as described in the solicitation. A subcontracting plan is not required.
How to Respond
The solicitation (SPE4A7-26-R-0071) will be available via DLA DIBBS at https://www.dibbs.bsm.dla.mil/ on February 20, 2026. Offerors should select "Search RFPs" from the top category bar to download the PDF. A paper copy will not be available.