SPECIAL NOTICE
16 -- Commerciat-Off-The-Shelf Parachute
- Notice Date
- 3/1/2002
- Notice Type
- Special Notice
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
- ZIP Code
- 28310
- Solicitation Number
- Reference-Number-USZA92-02-S-0001
- Response Due
- 4/1/2002
- Archive Date
- 4/16/2002
- Point of Contact
- Jane Sutherlin, Contracting Officer, Phone 910-432-2146, Fax 910-432-9345,
- E-Mail Address
-
sutherlj@soc.mil
- Description
- The US Army Special Operations Command is conducting this market survey to determine the availability of commercial parachutes meeting the following requirements: The parachute must provide maneuverability, safety and an adequate load carrying capability for SOF operators during parachute infiltration operations. The parachute capabilities and suitability issues represent USASOC's minimum requirements. The requirements are an improvement over the known characteristics of the current MC1-1C parachute and equal to that of the SF-10A currently being used by USASFC. USASOC REQUIREMENTS FOR A COTS PARACHUTE. The requirements listed below are based on the conditions that a parachutist's rigged weight is 360 pounds (maximum), the drop zone elevation is at least 6,200 feet above mean sea level, and an aircraft speed of 150 knots per hour (maximum). REQUIREMENTS: (a) The parachute will be capable of executing a 360-degree turn in a maximum of 7.7 seconds; (b) The parachute will have a glide ratio of at minimum 1:1.; (c) The parachute will have a landing rate of descent less than or equal to the demonstrated mean descent rate of the SF-10A (13.9 feet per second); (d) The altitude loss from aircraft exit to deployment, inflation and stabilization of the parachute will be less than or equal to 175 feet. (e) The opening shock force of the parachute will be less than or equal to the demonstrated mean opening shock of the SF-10A (2198 pounds). ADDITIONAL REQUIREMENTS: (a). The manufacturer is required to provide parachute packing and maintenance training/certification to USASOC parachute rigger personnel. Maintenance training will include organizational and direct support/general support level maintenance. The manufacturer must be able to supply a training package to include technical publications for the parachute. The package must be adequate to allow SOF to safely operate and maintain the parachute in extreme operational environments. (b) The parachute must be compatible with the current MC1-1C parachute harness/pack tray assembly, Technical Manual 10-1670-292-23&P Parachute, Personnel, Troop Back,35-FT Diameter, MC1-1C.; (c) The re-pack time of the parachute will not exceed current pack time of the MC1-1C parachute.; (d) The manufacturer must provide the life cycle replacement period of the parachute. (e) The parachute must not require special storage conditions; (f) The parachute will pose no uncontrollable health hazards or safety risks for the operator.; (g) The manufacturer will provide analyzed data concerning the parachute's reliability and performance.; (h) Manufacturer Warranty will include one year for material defects and one year for workmanship. Consideration for the Response to this Sources Sought Synopsis should be in the form of a capabilities presentation that reflects those portions of the requirements that can be met by the product(s) presented. The presentation will form the basis of the Government's decision on whether to offer this requirement on an unrestricted basis under full and open competition. The package shall include the following: (1) Name and address, including phone number, fax number and POC; (2) Make and model of the parachute(s) presented; (3) sufficient information to determine compliance with the requirements of design and function (4) whether or not your concern is small business, small disadvantaged business, 8(a) certified, woman-owned small business, HUBZone certified small business, Veteran owned small business or service disabled veteran owned small business (NAICS Code 339920 (size standard 500 employees). Interest sources are requested to submit a package by close of business 1 April 2002. Proprietary data should be clearly marked. This is not a request for proposals. No award will be made based on responses to this announcement. No cost data should be submitted. This Sources Sought announcement is for informational purposes only*****
- Place of Performance
- Address: Fort Bragg, NC
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN00034767-W 20020303/020301213314 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |