ABAV TACTICAL AID TO FLOATATION COMPONENTS
ID: FA485525Q0002Type: 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

MARINE LIFESAVING AND DIVING EQUIPMENT (4220)

Set Aside

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

    The Department of Defense, through 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, specifically 280 flotation devices, 440 padded ballistic inserts, and 100 adaptive assemblies for use in body armor vests intended for Special Operations Forces (SOF) aviators. This acquisition is a brand name requirement, emphasizing the need for specific products that meet operational safety and tactical functionality standards. Interested vendors must submit their quotes electronically by March 21, 2025, and ensure compliance with Federal Acquisition Regulations, including registration in the System for Award Management. For further inquiries, potential bidders can contact Ana Katrina Dela Cruz at ana_katrina.dela_cruz.1@us.af.mil or Arti Smeddal at ARTI.SMEDDAL@US.AF.MIL.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government Request for Proposals (RFP) for various items related to ballistic and flotation gear, specifically detailing specifications for padded ballistic inserts of different sizes (small, medium, large, and extra-large) and tactical aids for flotation. It lists multiple stock and product numbers associated with these items, which include adaptive cummerbunds, flotation elements, and specialized tactical accessories. Quantities needed range widely, from 5 to 140 units across different item categories. The total amounts required are specified: 280 tactical aids to flotation, 440 padded ballistic inserts, and 100 adaptive assembly components. This RFP aims to procure essential gear that meets operational requirements for safety and tactical functionality, directly aligning with government contracts to provide secure and efficient resources for designated entities or personnel. The structured presentation supports streamlined bidding and inventory management processes, reinforcing commitment to delivering high-quality safety equipment.
    The document is a federal solicitation (FA485525Q0002) outlining numerous clauses incorporated by reference for government contracts, particularly focusing on stipulations relevant to the Department of Defense (DoD). It includes important requirements regarding the compensation of former DoD officials, whistleblower rights, and prohibitions on acquiring certain telecommunications equipment, as well as regulations concerning items like hexavalent chromium and procurement from specified regions. Key points include specifics on item unique identification and valuation, ensuring that all delivered items are distinctively marked and traceable, particularly those valued at $5,000 or more. The document also emphasizes adherence to "Buy American" requirements and the necessity of providing accurate representations and certifications related to business operations. Moreover, it elucidates processes for submitting proposals and modifications, and the importance of adhering to submission timelines. The document signifies the government’s commitment to maintaining fair competition, transparency, and compliance with various legal and regulatory frameworks in procurement processes. This solicitation serves as a comprehensive guide for prospective contractors to understand their obligations and the legal context under which they must operate, crucial for engaging in federal and DoD contracts.
    The document outlines the justification process for sole-source procurements, particularly concerning certain commercial items, under simplified procedures. It specifies that when a product is available from only a single source, or a brand name item is required, agencies can bypass standard competitive bidding processes, which can streamline procurement and expedite acquisition. The justification must clearly articulate the unique capabilities of the item or the essential nature of the brand in question, ensuring that the decision is well-supported and compliant with federal regulations. This approach is particularly relevant for federal RFPs, grants, and local RFPs, demonstrating a practical method to address unique needs while ensuring efficiency and adherence to government procurement standards.
    The Department of the Air Force, specifically the 27th Special Operations Contracting Squadron, issued a Combined Synopsis/Solicitation (FA485525Q0002) on March 14, 2025, for the procurement of Tactical Aid and Ballistic Inserts. This solicitation is reserved entirely for small businesses under the NAICS code 339113, which has a size standard of 800 employees. The requirement includes 280 flotation devices, 440 padded ballistic inserts, and 100 adaptive assemblies for use in body armor vests intended for Special Operations Forces (SOF) aviators. Interested vendors must submit their quotes electronically by March 21, 2025, with specific instructions provided in the document. The evaluation process will consider technical adherence, past performance, and pricing, with an emphasis on offering the lowest cost while meeting standards. All offers must align with the Federal Acquisition Regulations, and vendors must be registered in the System for Award Management to be eligible for the award. This procurement exemplifies the Air Force’s approach to enhancing operational readiness and safety for its personnel through the acquisition of specialized tactical equipment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    42--LIFE PRESERVER,VEST
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking quotes for the procurement of life preservers (vests) under solicitation number NSN 4220014851138. The requirement includes three lines for delivery to DLA Distribution Warner Robins, with quantities of 10, 100, and 470 units, all to be delivered within 92 days after order (ADO). These life preservers are critical for ensuring safety in various military and rescue operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    42--JACKET,BUOYANCY AID
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of buoyancy aid jackets under a Combined Synopsis/Solicitation notice. This opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and falls under the NAICS code 333310, which pertains to Commercial and Service Industry Machinery Manufacturing. The buoyancy aid jackets are critical for ensuring safety and environmental protection in various operational contexts. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's DIBBS portal. The solicitation emphasizes the importance of timely responses from qualified businesses to meet the needs of the Department of Defense.
    Notice of Proposed Contract Action - Skydrate Bladder System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract for the Skydrate Bladder System, which includes various male/female kits, disposable collection bags, and batteries. This procurement is aimed at fulfilling specific operational needs at Mountain Home Air Force Base in Idaho, and the selected vendor will be OMNI Measurement Systems Inc. The Skydrate Bladder System is crucial for specialized flight clothing and accessories, enhancing the functionality and safety of air personnel. Interested parties are encouraged to submit capability statements or proposals for consideration, with a firm fixed price contract expected to be awarded around April 2, 2025. For further inquiries, Jeremiah Burns and Nathan Polk can be contacted via email or phone.
    Drogue Severance Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit proposals for the procurement of Drogue Severance Assemblies under solicitation number FA8213-25-R-3002. This requirement includes multiple line items for ballistic devices used in aircraft ejection systems, with a total quantity of 700 units to be delivered to Hill Air Force Base, Utah, within 18 months after contract award. The goods are critical for life support systems in military aircraft, emphasizing the importance of reliability and safety in explosive manufacturing. Interested contractors must be qualified sources by the time of contract award, with proposals due by May 2025; for further inquiries, contact Abbigail Clawson at abbigail.clawson@us.af.mil or Roger Mott at roger.mott@us.af.mil.
    42--SUIT,IMMERSION
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of immersion suits, specifically NSN 4220012516467, with a total quantity of 104 units required. These suits are critical for ensuring safety and protection in various operational environments, particularly for personnel involved in maritime and rescue operations. The solicitation is a total small business set-aside, and interested vendors must submit their quotes electronically, as hard copies will not be available. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and the deadline for quote submission is set for 116 days after the award date.
    4th SFS Deployment Gear
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the provision of special purpose clothing items and gear for the 4th Security Forces Squadron at Seymour Johnson Air Force Base in North Carolina. This procurement is specifically set aside for small businesses, with a focus on Women-Owned Small Businesses (WOSB), and includes various military-grade supply items such as backpacks, duffels, and tactical gear. The contract aims to enhance diversity in federal contracting while ensuring compliance with safety and operational regulations. Interested contractors must acknowledge the amendment extending the offer due date to March 21, 2025, at 12:00 PM EDT, and can direct inquiries to 2d Lt Jensen Jones at jensen.jones.2@us.af.mil or Nelson Sosa at nelson.sosa@us.af.mil.
    42--DIVING EQUIPMENT SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of diving equipment, specifically NSN 4220016242798, with a requirement for two units to be delivered to the 5th Special Forces Battalion Company B. This solicitation is categorized as a Total Small Business Set-Aside, encouraging participation from small businesses in the All Other Rubber Product Manufacturing industry. The procurement is critical for ensuring the availability of essential safety equipment for military operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation will be available on the DLA's website, and quotes must be received within the specified timeframe.
    25--ARMOR,TRANSPARENT,V
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of transparent armor, specifically NSN 2541011899748. The requirement includes a quantity of 971 units for delivery to DLA Distribution, with an additional line item for 1 unit, both to be delivered within 90 days after order. This procurement is critical for enhancing vehicular protection and is categorized under the Motor Vehicle Body Manufacturing industry. Interested small businesses are encouraged to submit their quotes electronically, with inquiries directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is set aside for total small business participation, ensuring that small enterprises have the opportunity to compete for this contract.
    PILOT CHUTE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking offers for an Indefinite Quantity Contract (IQC) for a pilot chute, identified by NSN 1670-010523696. This procurement is classified as unrestricted and is critical for life support and safety, requiring compliance with Government First Article Testing (FAT) and Production Lot Testing (PLT). The estimated annual demand is 232 units, with a minimum delivery order quantity of 58 and a maximum of 232, emphasizing the importance of timely delivery and performance. Interested suppliers must register in the System for Award Management (SAM) and submit written quotes by the closing date of April 27, 2025, following the solicitation issue date of March 28, 2025. For further inquiries, contact Eric Jones at eric.jones@dla.mil.
    USACIC FY25 Special Agent Kits- Amendment
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, is seeking quotes from small businesses for the procurement of Special Agent Kits tailored for the Joint Terrorism Task Force (JTTF) and the Counterintelligence Task Force (CITF) at Fort Meade, Maryland. The procurement includes a total of 442 units each of various tactical items such as body armor, holsters, handcuff cases, biometric vaults, and first aid kits, all of which must meet specific technical specifications and quality standards. This initiative underscores the Army's commitment to equipping its operational forces with essential protective gear and tools for law enforcement activities. Interested vendors must submit their quotes by March 21, 2025, with delivery expected by April 30, 2025; for further inquiries, contact Evelyn Johnson at evelyn.johnson116.civ@army.mil or call 703-428-5729.