Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2011 FBO #3627
SOURCES SOUGHT

84 -- Parachute Reserve Automatic Activation Device

Notice Date
10/28/2011
 
Notice Type
Sources Sought
 
Contracting Office
ACC-APG SCRT - Natick (PADDS), ATTN: CCRD-NA, Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
WARPADD-RFI-PRAAC
 
Response Due
11/28/2011
 
Archive Date
1/27/2012
 
Point of Contact
Allison Griffin, 508-233-4495
 
E-Mail Address
ACC-APG SCRT - Natick (PADDS)
(allison.griffin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Research Development Engineering Command, Natick Soldier Research Development Engineering Center (RDECOM-NSRDEC) in Natick, MA, is conducting a market survey for technical information on methods to develop a Parachute Reserve Automatic Activation Capability (PRAAC) for use with static line parachute systems. The system must be capable of automatically activating the reserve parachute of a paratrooper that is unable to activate the reserve on their own under a partial or total malfunction of his/her main canopy. The desired characteristics for such a system (not in priority order) are as follows: (1) functions on current and future static line parachute systems including the current the T-11 and MC-6 main parachutes with the T11-R reserve parachute system. (2) operates onboard high performance fixed wing, rotary wing, and non standard aircraft at speeds from 70 to 150 KIAS, (3) uses relative proximity of the aircraft in order to determine exit and separation from the aircraft prior to executing the reserve deployment criteria of evaluating descent rates, (4) must operate from exit altitudes of 600 ft above ground level or higher (threshold) and 525 ft above ground level or higher (objective), (5) must not interfere or influence any existing equipment with the exception of the reserve canopy and container, (6) must not interfere or influence any existing equipment associated with the jump platform, including aircraft avionics communications or any other electrical or mechanical systems, (7) System Reliability.995 reliability at 95% confidence for total malfunctions where the canopy offers no lift (threshold), and with.99 reliability at 90% confidence for partial malfunctions (goal) while providing.995 reliability at 90% confidence that the system will not inadvertently activate (e.g., onboard the aircraft, during a towed jumper event, or under a full-open main canopy), (8) system must allow for the ability to manually deploy reserve canopy without changing current procedures, (9) system will have "black box" capability to store critical data of each jump that may be accessed by the user, (10) system will have a 14 year usable life to coincide with parachute expected life. (11) cost of system from $500 (objective) to $800 (threshold). Expected fielding numbers of T11Rs are in the order of approximately 70,000. The science and technology effort in the area of applied research and experimental development being considered is on the order of $500-$700K for FY12 and potentially equivalent for 2-3 more years. Proprietary information will not be disclosed outside the U.S. Government. All interested firms, regardless of size are encouraged to respond to this request for information. It should be noted that this is a market survey and not a pre-solicitation notice. A pre-solicitation notice will be published if a formal solicitation is generated. No awards will result from this market survey. Nothing shall be construed herein or through the market survey process to commit or obligate the Government to further action as a result of this market survey. Firms responding to this market survey shall bear all risk and expense of any resources used to provide the requested information, and all information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Respondents must submit their product brochures, technical data, or other information concerning performance and cost within 30 days of this publication. Responses may be sent via email to daniel.shedd@us.army.mil or by regular mail to US Army RDECOM, Natick Soldier RD&E Center, RDNS-WPA-T (ATTN: Daniel Shedd), Kansas Street, Natick, MA, 01760, Telephone (508) 233-5079, Fax (508) 233-5000. An alternative point of contact (POC) is Andrew Margules, (508) 233-4282, andrew.margules@us.army.mil. No solicitation document exists at this time. This market survey is for information and planning purposes only. This is not an Invitation for Bid (IFB) or a Request for Proposal (RFP) and is not to be taken as a commitment by RDECOM-NSRDEC.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2e8304da83b0af9c3cd9036d0f4c6734)
 
Place of Performance
Address: NSRDEC Warfighter Protection & Aerial Delivery Directorate ATTN: RDNS-WPA-T, Kansas Street Natick MA
Zip Code: 01760-5017
 
Record
SN02614674-W 20111030/111028234125-2e8304da83b0af9c3cd9036d0f4c6734 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.