Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2021 SAM #7088
SOURCES SOUGHT

40 -- Static Line (SL) Personnel Aerial Delivery Systems and Alternative Concepts

Notice Date
4/26/2021 4:25:28 AM
 
Notice Type
Sources Sought
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-21-R-NGSL
 
Response Due
5/28/2021 12:00:00 PM
 
Archive Date
06/12/2021
 
Point of Contact
Brian Huffman, Phone: 5082063271, Eric Campagna, Phone: 5082063208
 
E-Mail Address
brian.g.huffman3.civ@mail.mil, eric.j.campagna2.civ@mail.mil
(brian.g.huffman3.civ@mail.mil, eric.j.campagna2.civ@mail.mil)
 
Description
The United States (US) Army Combat Capabilities Development Command - Soldier Center (DEVCOM SC) is seeking information for Static Line (SL) personnel aerial delivery systems and alternative concepts that fit the below desired capabilities from US & non-US companies. In addition to this RFI, DEVCOM SC will host a virtual Industry Day on Tuesday, 11 May 2021 with breakout sessions occurring on Tuesday 11 May 2021 or Wednesday 12 May 2021 as necessary. All interested participants for the Industry Day must RSVP by Tuesday 04 May 2021 NLT 2359 EDT. This is not a Solicitation (i.e. Request for Proposal, Request for Quotation, or Invitation for Bids) or an indication that the Army Contracting Command (ACC) will contract for the services contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry experience, capabilities and interest and will be treated as information only. This market survey is for planning purposes only. �Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and no reimbursement will be made by the Government to respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the Federal Business Opportunities website https://beta.sam.gov/at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. DESCRIPTION OF REQUIREMENTS/BACKGROUND: The US Army is soliciting information from industry to explore personnel SL insertion systems and other alternative concepts that may be able to deliver airborne forces to the ground in a safe and efficient manner based on the concepts and requirements outlined in this RFI. Current SL personnel aerial delivery systems are designed for the safe delivery of personnel and their equipment from a variety of aerial delivery platforms, including, but not limited to, the C-130, C-17, UH-60, and CH-47, from low altitudes ranging from below 500 ft Above Ground Level (AGL) up to 1,200 ft AGL (operational altitudes up to 7,500 ft Mean Sea Level). Improvements to state of the art of personnel SL insertion systems will enhance the ability to accomplish strategic tactical forced entry/vertical envelopment operations and to improve the survivability and combat effectiveness of the airborne soldier. As well, it preserves the commander�s available combat power when conducting airborne operations, during both combat and training operations. Generation of potential requirements for a new SL insertion capability are under way that may require a new parachute system or airborne insertion capability to be developed. The current T-11 system (T-11 main canopy assembly, harness, and T-11 reserve assembly) supports a maximum all up weight of 400 lbs, provides a descent rate of 18.5 ft/s at 400 lbs, weighs 53 lbs (main including harness:� 38 lbs, reserve: 15 lbs), and has a total packed volume 3.6 cu ft (main including harness:� 2.6 cu ft, reserve:� 1 cu ft). Specific requirements will be provided as the requirements are finalized by the combat developers, however several trends have emerged from initial discussions with the user community: Canopies that deploy, inflate and stabilize more rapidly to support operations at lower altitudes Support for increased personnel and equipment weight Reduced system size and weight System designs that optimize performance of the airborne Soldier by improving load carriage, comfort and mobility while reducing fatigue experienced during airborne operations The primary interest of this RFI is for complete SL systems, although information on other personnel SL insertion system components or alternative concepts which are capable of meeting the same requirements are also welcome in responses to this RFI. All interested firms, regardless of size, are encouraged to respond to this RFI. The Government anticipates purchasing test assets through future solicitations based on the market research provided by this RFI. Parties that feel they can provide a solution to the above requirements should furnish DEVCOM SC with a written response (white paper, not to exceed 12 pages, not including attachments). Responses should include the following: Information on SL main and reserve parachutes and harnesses, or alternative systems/concepts Respondents� experience in developing and/or manufacturing equipment that meets or can meet the below desired characteristics Supporting information (product performance information, test reports, photos, etc.) indicating the level of technical maturity of the system Price(s) and lead time(s) for the procurement of test assets In addition to written responses, DEVCOM SC invites interested parties to participate in an Industry Day, which will be hosted virtually on the Defense Collaboration Services platform on Tuesday, 11 May 2021. Pre-registration will be required by notifying the below POCs no later than 2359 EDT on Tuesday 04 May 2021, of your company�s intent to attend along with a list of participants. Depending on interest, the number of participants from each company may be limited. The Industry Day will consist of an overview briefing, a question and answer session and individual breakout sessions, if desired and as time allows. Due to resource demands and time limitations, requests for breakout sessions will be fulfilled on a first come, first serve basis. Questions from interested vendors shall be submitted by 1500 EDT on Thursday, 06 May 2021 to provide the Government adequate time to respond. Government responses will be provided at the Industry Day. DESIRABLE ATTRIBUTES/TECHNICAL REQUIREMENTS: Please provide as much information as possible/available on the below characteristics of solutions described in your response: Overall system reliability should meet or exceed .9993 at .90 confidence level System should support a jumper and equipment (all up weight) of up to 450 lbs (deployed from large body fixed wing aircraft at 130-150 KIAS) System should support a minimum combat deployment altitude of 500 ft AGL or lower; main canopy should deploy, inflate and stabilize within 200 ft of altitude loss (at 450 lbs all up weight, deployed from large body fixed wing aircraft at 130-150 KIAS) System should be designed to reduce likelihood and consequence of entanglements and/or collisions, and provide horizontal slip or maneuverability reaction time of no more than 5 seconds System should maximize aircraft jumper loads; desired load outs are C-130H/J TAP 1: 62 Combat Equipment (CE) equipped Jumpers & 2 Safeties, C-130-J30 TAP 1: 74 CE equipped Jumpers & 2 Safeties, C-17: 102 CE equipped Jumpers & 2 Safeties � System should place weight of the parachute as closely as possibly to the center of mass of the jumper and distribute 40-60% of weight (system weight and combat equipment) carried by the jumper to the hips; system should increase comfort and mobility while reducing fatigue for a jumper carrying up to 200 lbs of equipment Main canopy and harness weight should be 32 lbs or less; total system weight (main, harness and reserve) should be 45 lbs or less Main canopy should have a decent rate of 18 ft/s or less and deliver the parachutist to the ground in no more than 18 secs after canopy stabilization (at 450 lbs all up weight and deployment altitude of 500 ft) Main canopy oscillations should not exceed 5 degrees (at 450 lbs all up weight, deployed from large body fixed wing aircraft at 130-150 KIAS) Harness should allow for fitment by a single individual and have simple process for donning/doffing to reduce rigging time and exposure upon landing; system should allow fitment over individual equipment such as body armor and radios Reserve canopy should stabilize within 200 ft of altitude loss after activation in a high speed/total malfunction scenario and have a decent rate of 27 ft/s or less (at 450 lbs all up weight) Reserve canopy reliability should meet or exceed .99 at .90 confidence level for all main canopy malfunctions Reserve canopy should be compatible with Static Line Reserve Parachute Automatic Activation Device or incorporate an automatic activation device that deploys the reserve canopy during all main canopy malfunctions where descent rate exceeds 27 ft/s ADMINISTRATIVE: The Government is conducting this market research to identify potential manufacturers/vendors, and acquire information on the types and sizes of businesses that will be able to compete on future contracting actions, potential costs, and delivery capabilities. Any relevant company background/experience, business category, costs, and other information that the company believes demonstrates their value/ability to meet the aforementioned requirements, should be included. All information and evaluation results will be Controlled Unclassified Information (formerly referred to as For Official Use Only) and used for Government purposes only. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. Responses to this notice must be received no later than 1500 EDT on Friday, 28�May 2021. Responses are to be sent by email to DEVCOM SC, Airdrop Technology Team, Attn: Mr. Brian Huffman at brian.g.huffman3.civ@mail.mil and Mr. Eric Campagna at eric.j.campagna2.civ@mail.mil. This notice is for information only. THIS IS NOT A REQUEST FOR QUOTATION. No solicitation document exists for this action. The points of contact for questions concerning this RFI are Mr. Brian Huffman at brian.g.huffman3.civ@mail.mil and Mr. Eric Campagna at eric.j.campagna2.civ@mail.mil *Required Please identify: Company Name * Company Size * DUNS Number Contact Person�s First & Last Name * Contact Person�s Email * Contact Person�s Telephone *
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e1a85bd4e4434a35b91e054f3e5c5497/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN05983610-F 20210428/210426230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.