Skip to content
Department of Defense

Air Force Airsave Survival Vest and Accessories

Solicitation: SPE1C1-26-R-0042
Notice ID: 863017f21f1142c2bf4497df5677b0e8
TypePresolicitationNAICS 315210PSC8415Set-AsideHZCDepartmentDepartment of DefenseAgencyDefense Logistics AgencyStatePAPostedMar 27, 2026, 12:00 AM UTCDueApr 13, 2026, 07:00 PM UTCCloses in 11 days

Presolicitation from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: PA. Response deadline: Apr 13, 2026. Industry: NAICS 315210 • PSC 8415.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SPE1C1-26-R-0042. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 315210 (last 12 months), benchmarked to sector 31.

12-month awarded value
$8,930,372
Sector total $1,550,370,832 • Share 0.6%
Live
Median
$152,372
P10–P90
$152,372$152,372
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.6%
share
Momentum (last 3 vs prior 3 buckets)
+100%($8,930,372)
Deal sizing
$152,372 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for PA
Live POP
Place of performance
Not listed
State: PA
Contracting office
Philadelphia, PA • 19111-5096 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
PA20260018 (Rev 3)
Match signal: state matchOpen WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
+102 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 102 more rate previews.
Davis-BaconBest fitstate match
PA20260018 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Adams, Berks, Bradford +26
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER
Base $32.14Fringe $17.81
Rate
Marble & Tile Setter
Base $31.18Fringe $18.35
+101 more occupation rates in this WD
Davis-Baconstate match
PA20260004 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Bucks, Chester, Delaware +2
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
MILLWRIGHT
Base $54.54Fringe $38.78
Rate
CARPENTER
Base $57.36Fringe $30.09
+56 more occupation rates in this WD
Davis-Baconstate match
PA20260094 (Rev 2)
Open WD
Published Jan 30, 2026Pennsylvania • Lehigh
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.00Fringe $29.81
Rate
BOILERMAKER
Base $55.00Fringe $35.48
Rate
BRICKLAYER (Including Pointing, Caulking, and Cleaning)
Base $33.24Fringe $17.78
+39 more occupation rates in this WD
Davis-Baconstate match
PA20260089 (Rev 3)
Open WD
Published Jan 30, 2026Pennsylvania • Fayette
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR MECHANICAL- Duct, Pipe & Mechanical System Insulation and Industrial Work (Including Duct and Pipe)
Base $46.50Fringe $29.43
Rate
BOILERMAKER
Base $48.28Fringe $33.17
Rate
TILE FINISHER
Base $28.76Fringe $17.16
+34 more occupation rates in this WD

Point of Contact

Name
ALEX SALIM
Email
ALEX.SALIM@DLA.MIL
Phone
Not available
Name
Maria C Aguayo
Email
maria.aguayo@dla.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE LOGISTICS AGENCY
Subagency
TROOP SUPPORT CLOTHING & TEXTILE
Office
DLA TROOP SUPPORT
Contracting Office Address
Philadelphia, PA
19111-5096 USA

More in NAICS 315210

Description

A.  The Defense Logistics Agency (DLA) – Troop Support is issuing this pre-solicitation notice for the manufacture and delivery of the United States Air Force (USAF) Airsave Survival Vest and Accessories. All items shall be manufactured in strict accordance with Purchase Description (PD) WNUV 12-03D dated 7 February 2025, which supersedes PD WNUV 12-03C dated 21 September 2023, and includes all interim changes and applicable drawings and patterns. The forthcoming Request for Proposal (RFP) will be issued as a 100% HUBZone Small Business Set-Aside. The award made from this solicitation will result in a long-term, Firm-Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract consisting of a four-year period with tiered pricing structured across four (4) 12-month ordering periods.

Required items: 


1.    USAF Airsave Survival Vest / NSN: 8415-01-612-6331 
Guaranteed minimum quantity: 800 each
Annual estimated quantity: 1,000 each
Maximum quantity: 6,800 each

2.    Horizontal Mounting Panel / NSN: 8415-01-612-6332
Guaranteed minimum quantity: 800 each
Annual estimated quantity: 1,000 each
Maximum quantity: 6,800 each

3.    Expansion Panel (two sizes) / NSN: 8415-01-612-6327 (small), 8415-01-612-6330 (large)
Guaranteed minimum quantity: 500 each (combined for both sizes)
Annual estimated quantity: 700 each (combined for both sizes)
Maximum quantity: 3,400 each (combined for both sizes)

4.    General Pocket Assembly (two sizes) / NSN: 8415-01-612-6326 (small), 8415-01-612-6329 (large)
Guaranteed minimum quantity: 1,200 each (combined for both sizes)
Annual estimated quantity: 1,500 each (combined for both sizes)
Maximum quantity: 7,200 each (combined for both sizes)

5.    Radio Pocket Assembly / NSN: 8415-01-612-6336
Guaranteed minimum quantity: 900 each
Annual estimated quantity: 900 each
Maximum quantity: 4,500 each

6.    Crew Regulator Unit/Joint Helmet Mounted Cueing System (CRU/JHMCS) Attachment / NSN: 8415-01-611-8235
Guaranteed minimum quantity: 300 each
Annual estimated quantity: 325 each
Maximum quantity: 2,600 each

7.     Helmet Mounted Integrated Targeting System (HMIT Attachment) / NSN: 8415-01-690-0205
Guaranteed minimum quantity: 150 each
Annual estimated quantity: 600 each
Maximum quantity: 1,600 each

Note: The quantities provided are estimates for planning purposes only. The Government reserves the right to adjust these quantities in the official solicitation based on updated demand and supply requirements.

B.    This acquisition will utilize Best Value; Trade-Off Source Selection Procedures in accordance with the DoD Source Selection Procedures. The trade-off will allow the Government to make an integrated assessment of technical merit over price to ensure the successful awardee understands the technical requirements to manufacture the Airsave Vest and Accessories. The solicitation’s non-cost price factors, in descending order of importance, are as follows:

Factor 1: Product Demonstration Models (PDM)

a)    Visual Requirements
b)    Dimensional Requirements 

Note: The PDM subfactors above are of equal importance. 


Factor 2: Past Performance – Performance Confidence Assessment

(a) Recency
(b) Relevancy
(c) Past Quality of Products
• Past Quality of Items
• Past Delivery Performance

Note: The Relevancy sub-factor is more important than Past Quality of Products which is equal to Recency. Furthermore, only those past experiences that are determined to be “Very Relevant”, “Relevant”, and “Somewhat Relevant” will be evaluated for the Past Quality of Products sub-factors. Within the Past Quality of Products, all elements are of equal importance.

All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. As other evaluation factors become more equal, the evaluated cost or price becomes more important.

C.    The acquisition will be FOB Destination, Inspection and Acceptance at the Source.

D.    DFARS 252.225-7012 – Preference for Certain Domestic Commodities (Apr 2022) applies to the 
acquisition.  

E.     All material shall be contractor furnished. 

F.    The production lead time for the initial order will be calculated based on the following sequential milestones, starting from the date of contract award:

•    First Article Test (FAT) Submission: The contractor shall submit the First Article within 90 days after contract award.

•    Government FAT Review: The Government will have 30 days to review, test, and approve or disapprove the First Article.

•    Initial Delivery: The contractor shall deliver the first production order within 150 days after receipt of FAT approval.

G.     The contract will establish a maximum monthly ordering quantity of 250 units for the Airsave Vest and 500 units for any combination of accessories. This maximum quantity is established for ordering flexibility and does not represent a guaranteed minimum or an estimated monthly requirement.

H.     The delivery destinations will be DLA Troop Support’s Third-Party Logistics (3PL) depots located at Peckham, Lansing, Michigan; Travis Association for the Blind, Austin, Texas; and Lion Vallen, Pendergrass, Georgia. 

I.    Next Step: A formal RFP is anticipated to be issued via the DLA Internet Bid Board System (DIBBS) within 45 days of this notification. 
 

DIBBS / DLA Details

Files

Files size/type shown when available.

This solicitation appears to be hosted on DIBBS.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.