MODIFICATION
17 -- RRDAS Request for Information (RFI)
- Notice Date
- 7/13/2017
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- PdM-FSS-Roll-On-Roll-Off-Aerial-Delivery-System-RRDAS-541330
- Archive Date
- 8/5/2017
- Point of Contact
- Nicole E. Bernier, Phone: 508-233-6133, Sean G. Auld, Phone: 5082336183
- E-Mail Address
-
nicole.e.bernier.civ@mail.mil, sean.g.auld.civ@mail.mil
(nicole.e.bernier.civ@mail.mil, sean.g.auld.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY for a rapid rigging/derigging airdrop system that is capable of meeting the basic requirements described below. This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB). It is a market research tool being used to determine the availability and adequacy of potential sources for planning purposes only. Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information presented or the use of any such information. DESCRIPTION: The Product Manager Force Sustainment Systems (PM FSS), Natick, MA is seeking a source for an airdrop rapid rigging/derigging system (or components) for development. The goal of the program is to reduce the time to prepare a payload for airdrop, reduce the impact forces upon landing to allow for a roll-on/roll-off capability. REQUIREMENTS: NSRDEC is seeking a system that is designed for 5000 - 22,000 pounds rigged weight (T) and 2500 - 42000 pounds rigged weight (O). The system would allow for a minimum drop altitude of 750 - 1200 ft AGL (T) and 500 ft AGL (O). The system will be compatible with C-17 (T) and also C-130 (T). It would be capable of being gravity and extracted from the delivery aircraft. The primary goals of the program are to reduce the rigging time (T = 25% time reduction, O = 40% time reduction) and derigging and roll-off time after landing (T = 40% time reduction, O = 50% time reduction) for various payloads. It is the goal of this program to allow for ease of rigging for future variants of payloads with minimal redesign, test and certification. To facilitate this, it is desired that the impact G's sustained by the payload should be below 8 G's (T) and below 2 G's (O) at descent rates of a maximum 28.5 ft/sec and as low as 15.8 ft/sec. This will allow for greater payload survivability. The proposed solution will reduce the reliance on energy dissipating material (honeycomb) by 80% (T) and 100 percent (O). The proposed system should maximize compatibility with existing heavy airdrop equipment, such as, but not limited to parachute systems, platforms (Type V (T) and/or DRAS (O) ), lashings, parachute release, and extraction systems. OTHER REQUIREMENTS: This system should work in Basic Hot and Cold Conditions. The system should be capable of adaptation to other US forces for strategic, operational and tactical military operations. REQUESTED INFORMATION: Vendors who believe they have the ability to develop product(s) capable of meeting the above requirements are requested to submit a short (no more than five (5) pages total) summary, including description of the vendor's ability to develop the requested system, current Technology Readiness Level (TRL), as well as pictures, website, and test report(s), as applicable. The five (5) page summary must include Company name and address, point of contact with phone number, DUNS number, Cage Code and a statement regarding any small business designation (if applicable), by the date and to the address noted below. The small business size is 500 employees. Any information submitted will not be returned, and no payment will be made by the Government for such information. Responses to this notice are to be sent to the RFI POC below. This notice is for market survey only. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement. POINT OF CONTACT (POC) Interested parties shall submit responses to this RFI to: Mr. David Haley Email: david.a.haley.civ@mail.mil Responses shall be received no later than 4:00PM EDT 21 JULY 2017. Responses shall be e-mailed to the address above. No telephonic or hardcopy responses to this RFI will be considered. ADDITIONAL INFORMATION: All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/69a59a1af5cb3e601d4122fe0ed862c1)
- Place of Performance
- Address: US Army Natick Soldier System Center Product Manager, Force Sustainment Systems (PMFSS), 15 General Greene Avenue, Natick, MA 01760, Natick, Massachusetts, 01760, United States
- Zip Code: 01760
- Zip Code: 01760
- Record
- SN04578197-W 20170715/170713235214-69a59a1af5cb3e601d4122fe0ed862c1 (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 |