SOURCES SOUGHT
A -- Supplemental Support for Vehicles using the Rapid Rigging & Derigging Airdrop System (RRDAS) Airdrop Platform Request for Information
- Notice Date
- 2/1/2023 10:59:10 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-23-RRDAS
- Response Due
- 3/3/2023 2:00:00 PM
- Point of Contact
- Andrew Meloni, Phone: 508-206-3261, John Fitek, Phone: 508-206-2881
- E-Mail Address
-
andrew.w.meloni.civ@army.mil, john.h.fitek.civ@army.mil
(andrew.w.meloni.civ@army.mil, john.h.fitek.civ@army.mil)
- Description
- SYNOPSIS: The US Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC) is seeking information from US & non-US companies on capabilities to provide supplemental support for vehicles during airdrop. The Government requests that responses be submitted electronically to jean.m.trumpis.civ@army.mil and andrew.w.meloni.civ@army.mil by 3 March by 5:00 p.m. EST. Description: US Army Product Manager Force Sustainment Systems (PM FSS) is currently executing the Rapid Rigging and Derigging Airdrop System (RRDAS) Program of Record.� DEVCOM SC is also executing multiple efforts that utilize RRDAS to expand the DoD�s current aerial delivery capabilities. RRDAS is an airdrop platform that provides a roll-on/roll-off capability for rolling stock and reduces the need for paper honeycomb energy dissipating material by 80% or more.� The RRDAS integrates airbags into the platform that deploy from beneath the platform to provide the primary load deceleration mechanism to reduce the amount of paper honeycomb used to rig the airdropped loads. Removing most of the paper honeycomb from under the loads allows rolling stock (vehicles and equipment) to easily be driven on and driven off the platform. Typical airdrop vehicle payloads rigged with only paper honeycomb were designed to decelerate at an average rate of 18.5 G�s during ground impact. The RRDAS platform with integrated airbags design goal is to reduce the average load deceleration rate to approximately 10-12 G�s.��� At the reduced deceleration rate with RRDAS, some vehicles (especially larger vehicles at greater weights) still require supplemental support and/or deceleration between the vehicle and RRDAS platform to protect the vehicle from damage during the final ground deceleration phase when the vehicle suspension system is being compressed.� The goal is to avoid bottoming out of the suspension system and prevent damage to key vehicle components (e.g., engine, transmission).� The current RRDAS Program of Record is using paper honeycomb with tailored wooden load spreaders (designed for the vehicle) and standard paper honeycomb within the 20% allowable honeycomb budget to support and protect the vehicle from bottoming out on its suspension during ground impact.� While this approach meets the requirements of the current RRDAS program of record, a solution that is more easily adaptable across various vehicles is being sought with this RFI.�� The attached RRDAS background info provides information on Program of Record that respondents may find useful. Specific Specifications:� Attachment: RRDAS Info Slide for RFI DEVCOM SC is seeking available technologies to support this capability development.� Specific areas of interest are identified below.� Areas of interest: An item or system that provides support and/or impact attenuation for rolling stock payloads (e.g., HMMVW, JLTV, etc.).� DEVCOM SC envisions impact attenuation to be placed between the vehicle and the top of the RRDAS platform, but other concepts are welcomed. Ability to meet testing requirements for approval for use on C-130 and C-17 USAF aircraft, to include rapid decompression, altitude (up to 40,000 ft pressure altitude), explosive atmosphere, extreme hot, extreme cold, and EMI, among other tests. The system must be compatible with a wide range of vehicles.� Ability to quickly apply the system to a new payload with minimal to no configuration development is highly desired.� The system must allow drive-on and drive-off capability for rigged vehicles. RRDAS is designed to decelerate payloads at approximately 10-12 G�s during ground impact.� Any supplemental support and/or impact attenuation added to RRDAS should not exceed a design deceleration value of 18.5 G�s on the vehicle. The system can be either one-time-use or be reusable.� Minimizing cost per use is highly desired. Potential solutions could include: frangible support structures, conformable airbeams or airbags, foam-filled or soft-pellet-filled bags, etc.� Solutions containing pyrotechnics or explosive components are not desired. Other concepts are welcomed - DEVCOM SC and PM FSS do not have a prescribed solution or capability to meet this need. Deliverables: All documentation submitted shall be submitted as MS Word, Adobe PDF, MS PowerPoint, Visio, or MS Excel files. Respondents: The White Paper should be written in respondent format, double spaced, and minimum font size of 10 pt.� Paper should not exceed 12 pages, including cover. This paper should cover company information (company name, CAGE code, mailing address, and primary point of contact information (to include telephone number and email address). The paper should cover the 5 Ws, as applicable. (e.g., What, Where, When, Why and Who.�� Example focus areas: Please discuss any/all relevant current products and services that currently meet or will be able to meet the enclosed requirements Vendors are encouraged to propose alternative products that may be able to meet or exceed the requirements. As applicable, please discuss how your product(s) was implemented within industry/Government. Please discuss, as applicable, proposed hardware used as part of the solution. For Foreign companies:� Discuss how the proposer will be able to work with the US Government in the future (i.e, US subsidiary or partner) if required. Additional documentation accepted (and not included in the page count for the White Paper) includes, but is not limited to, the following: PowerPoint presentations, Training documentation, product specification sheets, user handbook/guides, pictures, link to demonstrations, test data, etc.� Test, Certification and Accreditation (C&A) Documentation: Vendors are requested to provide any supporting documentation illustrating safety certification, government approval, test data, etc.� Cost Rough Order of Magnitude (ROM) costs for development and/or fabrication of systems or items for testing is desired.� Development may include non-recurring engineering, test support at locations such as Natick, MA, Yuma Proving Ground, AZ, and Fort Bragg, NC, and delivery of items for testing. Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the items/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned. Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized on the beta.SAM.gov website. �It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. RESPONSES: Interested parties may identify their interest and capability by sending responses regarding this requirement to DEVCOM-SC via e-mail ONLY to jean.m.trumpis.civ@army.mil and andrew.w.meloni.civ@army.mil no later than 3 March by 5:00 p.m. EST. The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party. Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code. If you hold a GSA Federal Supply Schedule contract, please identify your contract number. QUESTIONS: Any questions for clarification may be emailed to jean.m.trumpis.civ@army.mil and andrew.w.meloni.civ@army.mil no later than 1 March by 5:00 p.m. EST. �Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f40a4bad91c84461adf174af02e5389e/view)
- Record
- SN06579808-F 20230203/230201230116 (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 |