Request for Information (RFI) - Cold-Water Regulator Kits
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 U.S. Air Force Life Cycle Management Center (AFLCMC/WISN) is conducting market research through this Request for Information (RFI) to identify potential sources capable of providing Cold-Water Regulator (CWR) Kits. The goal is to modernize the Special Operations Forces (SOF) CWR inventory to enhance diver safety and increase operational readiness in cold water environments. This RFI also seeks associated tool kits to streamline maintenance operations. Responses are due by May 6, 2026.
Scope of Work
The RFI seeks information on CWR kits for technical diving, including supporting tool kits and associated test and repair (spares) kits. Each CWR kit must include a first stage regulator, primary breathing valve (second stage), secondary breathing valve (Octopus), dive console, full-face mask (FFM), and associated hoses. All components must be approved for cold water operations per the U.S. Navy Approved for Navy Use List (ANU).
Anticipated Quantities for FY26:
- Initial Operational Capability (IOC): 106 CWR Kits with FFM, 94 CWR Kits without FFM (200 Total)
- Full Operational Capability (FOC): 212 CWR Kits with FFM, 188 CWR Kits without FFM (400 Total)
Key Performance Parameters (KPPs) and Key System Attributes (KSAs) are detailed in the RFI, covering specifications for regulators, dive consoles, breathing valves, and environmental requirements (cold water certification, operational depth).
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research stage, NAICS 339920)
- Response Due: May 6, 2026, by 12:00 PM Eastern time
- Published: April 6, 2026
- Contact: Jamie Sclafani (jamie.sclafani@us.af.mil)
Evaluation
Responses will be used by the Government to develop its acquisition strategy, statement of work/objectives, and/or performance specifications. Interested parties should submit responses demonstrating their technology and qualifications, including company data, business size status, interest in prime/subcontractor roles, product capabilities, potential improvements, risks, and a rough cost estimate (ROM). Information regarding compliance with FAR 52.219-14 and FAR 52.219-33 for small business set-asides is also requested.
Additional Notes
This is for informational purposes and market research only; it does not constitute a solicitation or commitment to a contract. The Government will not reimburse any expenses for preparing responses. Responses shall not exceed 15 pages. Proprietary or competition-sensitive information must be adequately marked. U.S. and non-U.S. firms are permitted to respond, and prospective contractors must be registered in SAM.