DLA Weapons Support is seeking sources capable of supplying the following items:
1. NSN 3HD 4220 014446260
LIFE RAFT, INFLATABLE P/N:
SEE SECTION C TECHNICAL SPECIFICATION (ATTACHED)
2. NSN 3HD 4220 014753185
LIFE RAFT, INFLATABLE
P/N: SEE SECTION C TECHNICAL SPECIFICATION (ATTACHED)
The Section C technical specification being provided is in the process of being reviewed for ISEA approval. Any changes should be minor and will be conveyed via the technical data provided when the formal solicitation is issued.
AMC code 1G. The Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restrictions. (This is the only A/RMSC that implies that parts are candidates for full and open competition. Other A/RMSCs such as K, M, N, Q, and S may imply limited competition when two or more independent sources exist yet the technical data package is inadequate for full and open competition.) A/RMCs 1 or 2 are valid.
Prospective Offerors are hereby informed that any existing inflatable life raft, offered as part of a response to a Request for Proposal (RFP), as a baseline product from which to produce or develop the required United States Navy (USN) Mark-7 (25-Person) and Mark-8 (50-Person) life rafts, must be an existing product or non-developmental item (NDI) which currently holds U.S. Coast Guard (USCG) – certification having met, at a minimum, the requirements of Chapter IV of MSC.48(66) and 46 CFR 160.151. The inflatable life raft shall be constructed in accordance with the following the International Convention for the Safety of Life at Sea (SOLAS) 74/83, hereinafter referred to as SOLAS, provisions:
1. IMO Resolution MSC.48(66) Chapter I, Regulation 1.2
2. IMO Resolution MSC.48(66) Chapter IV, Regulation 4.1
3. IMO Resolution MSC.48(66) Chapter IV, Regulation 4.2
The government's intent is to issue multiple firm fixed price long term indefinite delivery indefinite quantity contracts for a period of 5 YEARS (3 base years and 2 one year option periods). Once contracts are issued, individual requirements will be solicited competitively between all sources that have received First Article Testing Approval.
Sources capable of supplying and interested in becoming an approved source of supply for this item should complete the attached market survey forms. If you have trouble downloading the attachment, contact the buyer at sean.mcdonnell@dla.mil to request a copy via email. Completed forms are to be returned to the buyer via email by 1:00 PM EST on 04 November 2025.
DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY