Tactical Shelter Systems for Military Vehicles
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 Department of the Army, specifically W7NN USPFO ACTIVITY NH ARNG, is soliciting quotes for Tactical Shelter Systems for Military Vehicles under RFQ W912TF-26-Q-A013. This opportunity is a Total Small Business Set-Aside for a Firm-Fixed Price (FFP) contract to provide shelters compatible with HMMWV, LMTV, and MTV platforms. Quotes are due April 28, 2026, 5:00 PM EST.
Scope of Work
The requirement is for tactical shelter systems that serve as complete, weather-resistant covers and operational extensions during transport and stationary operations. The solicitation includes:
- CLIN 0001: 6 EA Shelter Systems for HMMWV M1097, with an enclosed footprint of 200-500 sq. ft. and modular connection capability to two additional HMMWVs or one LMTV/MTV 1083 platform.
- CLIN 0002: 3 EA Shelter Systems for LMTV M1078, with an enclosed footprint of 300-700 sq. ft. and modular connection capability to two adjacent HMMWV M1097/M1152 and MTV 1083 platforms.
- CLIN 0003: 3 EA Shelter Systems for MTV M1083, with an enclosed footprint of 450-900 sq. ft. and modular connection capability to two adjacent HMMWV M1097/M1152 and LMTV platforms.
General requirements for all CLINs include:
- Deployment & Displacement: Must utilize an integrated deployment frame for rapid setup, feature rapid-release capability (under 10 minutes), and maintain driver's rear-view and side-view visibility.
- Material & Environmental: Fabricated from high-tenacity, PVC-laminated polyester or poly-cotton duck in OD Green, meeting MIL-SPEC standards for tensile strength, visual/near-infrared blackout, and flame resistance. Must include two integrated climate control ports and an integrated interior lighting system.
Contract Details
- Type: Firm-Fixed Price (FFP) Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Solicitation Number: W912TF-26-Q-A013
- Place of Performance: Manchester, NH, United States
- Published: April 17, 2026
Evaluation and Award
Award will be made to the responsible quoter whose offer is most advantageous, based on a technically acceptable, lowest evaluated price approach. The Government intends to make an award without discussions.
- Technical Capability: Evaluated as "Acceptable" or "Unacceptable." Quoters must demonstrate compliance with all Salient Characteristics, provide detailed product data sheets, and propose a delivery schedule/lead time.
- Price: Evaluated for fairness, reasonableness, and balance across all line items.
Key clauses include SAM registration (FAR 52.204-13, 52.204-7), electronic payments via WAWF (DFARS 252.232-7006), and small business program representations (FAR 52.219-1).
Key Dates & Contacts
- RFIs Due: April 23, 2026, 5:00 PM EST
- Quotes Due: April 28, 2026, 5:00 PM EST
- Primary Contact: Richard Trafton (richard.c.trafton.civ@army.mil, 6037153669)
- Secondary Contact: Joseph Jeddrey (joseph.w.jeddrey.civ@army.mil, 6032251311)