Tactical Aid & Ballistic Inserts
ID: RFQ1733280Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

ARMOR, PERSONAL (8470)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of Tactical Aid to Flotation devices and Padded Ballistic Inserts, intended for use with FirstSpear Aviation Body Armor Vests. The requirement includes 280 Tactical Aid to Flotation devices and 420 Padded Ballistic Inserts, emphasizing the need for these critical protective items to enhance the safety and operational readiness of military personnel during various in-flight operations. This procurement is particularly important as it addresses the safety concerns associated with the Aviation Body Armor Vest (ABAV), which has been evaluated for its effectiveness and comfort in operational settings. Proposals must be submitted by February 21, 2025, at 3:00 P.M. Mountain Daylight Time, and interested parties can contact A1C Christian London at christian.london@us.af.mil or SrA Micaiah Lampkin at micaiah.lampkin@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a procurement request for various tactical flotation and ballistic inserts designed for personal protective equipment (PPE) used by military or law enforcement personnel. It specifies the quantities and descriptions of different sizes of Tactical Aid to Flotation (SAPI) along with padded ballistic inserts, categorized by size from small to extra large. The request includes detailed itemization, indicating the need for 40 to 100 units for each type, emphasizing a substantial requirement for these safety products. The purpose of this Request for Proposal (RFP) seems to be to solicit suppliers who can provide these critical protective items, underscoring the importance of equipping personnel with adequate flotation and ballistic protection capabilities. Moreover, the emphasis on varying sizes reveals a commitment to ensuring that the equipment meets diverse user needs, highlighting the project's focus on enhancing safety measures for operational readiness in potentially hazardous environments.
    The Limited Sources Justification and Approval (J&A) document outlines a procurement request from 27 SOCONS/PKA at Cannon AFB, NM, for 280 Tactical Aid to Flotation devices and 440 Padded Ballistic Inserts for First Spear Aviation Body Armor Vests (ABAV). These vests, authorized for use by the HQ Air Force Special Operations Command, are critical for protecting CV-22 aircrew during various in-flight operations. The justification for limiting sourcing indicates that only First Spear products are compatible with the armor vests, adhering to safety standards and previous evaluations confirming their effectiveness. The procurement process will utilize GSA eBuy, following market research that highlighted the unique qualifications of vendors, ensuring compliance with federal acquisition regulations. Future efforts will focus on identifying more suppliers to promote competition, enhancing overall procurement strategies.
    The memorandum from the Headquarters Air Force Special Operations Command (AFSOC) discusses the Aviation Body Armor Vest (ABAV) for non-ejection aircrew members. It states that while the ABAV is approved and will be maintained by Aircrew Flight Equipment sections, its safety has been questioned. An evaluation conducted by the Human Systems Division deemed the ABAV not safe-to-fly due to identified risks, all of which were categorized as low severity and infrequent. AFSOC assumes responsibility for the ABAV’s operational safety, and training will be provided to aircrew members regarding its use. Feedback will be collected to address any equipment concerns. The point of contact for further inquiries is MSgt Zachary Brummell, as outlined in the memorandum dated September 8, 2023. This document underscores the AFSOC's commitment to ensuring aircrew safety and proper equipment management while navigating identified risks.
    The U.S. Air Force conducted an Operational Utility Evaluation (OUE) of the First Spear Aircrew Aviation Body Armor Vest (ABAV) for CV-22 pilots and Special Mission Aviators. The evaluation aimed to assess the vest's suitability during various in-flight and operational tasks, highlighting issues with the previous Eagle Combat Integrated Armor Carrier System that had caused injuries. The ABAV was tested under realistic conditions over 75.6 flight hours involving 46 aircrew members, with assessments gathered through interviews and surveys. Results indicated that while the ABAV is mission-capable, it has minor shortcomings, particularly in comfort and integration with existing equipment. Specific concerns included discomfort from vest fit, interference with cockpit controls, and inadequate training for proper usage. Recommendations included using an extension strap for the Advanced Crew Tethering System, enhancing training protocols, and producing standardized documentation for the ABAV. In summary, the report endorses the fielding of the ABAV for CV-22 operations with caveats to address identified issues, promoting improved aircrew safety and operational effectiveness.
    The document outlines a Request for Quotation (RFQ1733280) from the 27th Special Operations Contracting Squadron of the Department of the Air Force for 280 Tactical Aid to Flotation devices and 420 Padded Ballistic Inserts, intended for use with FirstSpear Aviation Body Armor Vests. This solicitation is exclusively available to small businesses, adhering to the NAICS code 339113, which pertains to bulletproof vest manufacturing. Proposals must be submitted by 21 February 2025, by 3:00 P.M. Mountain Daylight Time, via specified email to designated contacts. The evaluation criteria for awarded contracts prioritize technical acceptability, considering that all items must be manufactured by FirstSpear and that past performance must be free of relevant negative marks. The Government seeks the lowest-priced vendor who meets these conditions. All bidders are required to be registered in the System for Award Management and provide pertinent financial information to establish eligibility. Attached documents provide further details on specifications and evaluation requirements, emphasizing compliance with federal procurement regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    USAF Honor Guard MASSIF Jacket BPA
    Buyer not available
    The Department of the Air Force is seeking proposals for a Blanket Purchase Agreement (BPA) to procure MASSIF jackets for the USAF Honor Guard, aimed at ensuring safety and uniformity during outdoor winter training from October 15 to April 15. The jackets must adhere to stringent specifications, including flame resistance and waterproofing, and feature multiple functional elements such as pockets and adjustable components. This procurement is crucial for maintaining service readiness and uniform standards in challenging seasonal conditions, with a total budget capped at $450,000 and a performance period from March 1, 2025, to February 28, 2029. Interested vendors must submit their quotes in accordance with the guidelines outlined in the solicitation, and inquiries can be directed to SSgt Robert Stinson at robert.stinson.3@us.af.mil or Joseph Trevino at joseph.trevino.5@us.af.mil.
    NSN 1560-01-434-6363, small arms-fragme supplemental armor, WSDC: 06F, Aircraft, Hercules C-130
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for small arms-fragme supplemental armor, specifically for the Hercules C-130 aircraft. The procurement involves an estimated annual quantity of 716 units, with a delivery timeline of 260 days after the date of order, and inspection and acceptance will occur at the destination. This armor is critical for enhancing the operational capabilities and safety of military aircraft. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) starting January 10, 2025, and should direct inquiries to Tatjana Klemmer at Tatjana.Vaughan@dla.mil or by phone at 804-279-2727.
    16--ARMOR,CREW PROTECTI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of crew protection armor under the solicitation titled "16--ARMOR,CREW PROTECTI." This opportunity is set aside for small businesses and aims to acquire essential components classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The armor is critical for enhancing the safety and operational effectiveness of military personnel in various defense applications. Interested vendors should direct any inquiries regarding the solicitation to the buyer listed in the solicitation document, and can access further details through the DLA's DIBBS platform.
    88 TES Parachute Gear
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of parachute gear, including Vector 3 Micron/M-Series Harness/Container items, under a Total Small Business Set-Aside. The contract encompasses various models of parachute systems, including the Silhouette 230, Silhouette 260, and Silhouette 210 canopies, with specific requirements for customization, safety features, and compliance with military specifications. This procurement is critical for maintaining operational safety and standardization within the Air Force's parachuting operations, as the current harnesses have reached the end of their operational life. Interested vendors should contact Erin Lilly at erin.lilly.1@us.af.mil or Agatha Keith Morrison at agatha.morrison@us.af.mil for further details and to ensure compliance with the submission requirements.
    84--VEST,SURVIVAL
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of survival vests, specifically NSN 8415015689791, with a total requirement of 140 units to be delivered to the Travis Association for the Blind. The solicitation includes four lines, each requiring 35 units, all to be delivered within 114 days after order placement. These survival vests are critical for individual equipment needs within military operations, ensuring personnel safety and readiness. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    84--VEST,SURVIVAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of survival vests, specifically NSN 8415015689793. The solicitation includes multiple line items with varying quantities, totaling 334 units to be delivered to LVI - OCIE SE within 114 days after order. These vests are critical for individual equipment and safety in military operations. Interested small businesses are encouraged to submit their quotes electronically, with all necessary documentation available through the DLA's online platform. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    Heavy Weight Fairlead Beam Assemblies
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the procurement of 40 Heavy Weight Fairlead Beam Assemblies under solicitation number FA481925Q0006. These assemblies are critical for aircraft arresting operations at U.S. Air Force installations and must meet stringent specifications, including advanced material fabrication and certified welding practices, as outlined in the Statement of Work. Interested small businesses are required to submit their quotations by February 27, 2025, with delivery expected by June 30, 2026, to Tyndall Air Force Base in Florida. For further inquiries, vendors may contact SSgt Benjamin Spear or TSgt Justin Merritt at the provided email addresses or phone numbers.
    Flap Pouch Field Pack Assembly
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for the assembly of Flap Pouch Field Packs under solicitation number W912CH-25-Q-0008. This procurement involves a firm fixed-price contract for the supply of 15 units, which includes the requirement for a first article test report to ensure compliance with military standards. The Flap Pouch Field Packs are critical individual equipment items used by military personnel, emphasizing the importance of quality and adherence to technical specifications in defense contracts. Interested contractors must submit their proposals by February 17, 2025, at 4:00 PM local time, and can reach out to Danielle Campbell at danielle.r.campbell9.civ@army.mil for further inquiries.
    SHEAR CABLE, WEAPON
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of 360 units of Shear Cable, Weapon (NSN 1095-017211483), with a 20% quantity option. This item, identified by part number 1576 from McFarlane Aviation, LLC, is critical for military operations and will be delivered to Susquehanna, PA, with a required delivery timeline of 240 days. Proposals will be evaluated based on a "best value" approach, considering price, past performance, socioeconomic participation, and delivery. Interested suppliers should submit their proposals via the DIBBS platform or email Travis Grafton at travis.grafton@dla.mil, with the solicitation expected to be available online around February 14, 2025.
    Coveralls Flyers, Anti-Exposure, CWU-86/P & CWU-87/P
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking contractors for the manufacture and delivery of Anti-Exposure Coveralls, specifically the CWU-86/P and CWU-87/P models. These coveralls must be constructed from waterproof, flame-resistant, and moisture vapor-permeable materials, with a new pattern date set for June 24, 2024, and a notable design adjustment involving the removal of a pocket. The procurement is critical for ensuring the safety and operational readiness of personnel in specialized flight environments, with a planned Firm Fixed-Priced, Indefinite Delivery, Indefinite Quantity (IDIQ) contract spanning five years and including guaranteed minimum and maximum annual quantities ranging from 225 to 1,625 units. Interested contractors should prepare for First Article Testing and ensure compliance with federal sourcing regulations, with the solicitation expected to be released in November 2024; for further inquiries, contact Lisa Pizzo at lisa.pizzo@dla.mil or 215-737-8076.