Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2002 FBO #0131
SOLICITATION NOTICE

A -- CARGO PARACHUTE FOR THE 500 FOOT LOW VELOCITY AIRDROP CAPABILITY (500 FT LVADC)

Notice Date
4/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, ATTN: AMSSB-ACN-S, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
DAAD1602R0010
 
Response Due
5/3/2002
 
Archive Date
6/2/2002
 
Point of Contact
Xinia Llovet-Zurinaga, 508-233-4146
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center
(Xinia.Llovet-Zurinaga@natick.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The US Army Soldier Systems Center, Product Manager - Force Sustainment Systems, Natick, MA, has a requirement for a cargo parachute that will enable cargo aerial delivery operations, using standard low velocity airdrop extraction techniques, from an altit ude of 500 feet Above Ground Level (AGL). It is intended that this new cargo parachute will replace both the G-11 and G-12 cargo parachutes. This new cargo parachute, used in either a single or clustered configuration, shall have the following performanc e characteristics: capable of delivering combat loads having rigged weights between 2,520 pounds through 22,000 pounds (objective) (15,500 pounds (threshold)); capable of deploying/recovering from military cargo aircraft traveling between 130-150 knots ind icated air speed (KIAS); deliver loads in ground wind speeds of 17 knots (threshold) (21 knots (objective)); maximum rate of descent at ground impact shall not exceed 28.5 ft/sec; provide a successful airdrop completion rate of 92 percent without a system abort; capable of being used in mass formation airdrops of supplies and equipment, singularly, and sequentially using current tactics for delivery of Strategic Brigade Airdrop (medium) loads; deliver loads in fully mission capable (FMC) condition with mini mal modification to standard airdrop rigging (threshold) and FMC condition with no change to the airdrop rigging (objective); capable of being packed and rigged in a time greater than the time required for current comparable LVAD loads with like capacities (threshold) or a time equal to or less than that of current operations (objective); be fully compatible with existing airdrop components (i.e. Type V platform and associated airdrop hardware) (threshold) or with new or modified components (objective); cap able of operation and storage in the same climate categories (hot, basic, cold, and severe cold) as current LVAD operations; be supportable by the standard Army logistics system, and maintainable by MOS 92R rigger personnel at organizational level; must la nd the airdropped cargo within a low circular area of probability. It is desired that this new cargo parachute be compatible for application to all platform and container low velocity cargo airdrop, including C-17 Dual Row Airdrop Capability (DRAC) and th e developmental Enhanced Container Delivery Capability (ECDC). Emphasis on durable lightweight materials and low/simplified maintenance is highly desired. Proposals that discuss existing systems, which demonstrate substantial compliance with 500' LVADC p erformance requirements, will be favorably considered than entirely new designs or engineering approaches. For informational purposes only and to obtain the latest information regarding the 500FT LVADC before the RFP release, please go to our web site at h ttps://www3.natick.army.mil/under Business Opportunities/UPCOMING ACQUISITIONS/DAAD16-02-R-0010. The Request for Proposal (RFP) will be posted on the Soldier Systems Center web site located at https://www3.natick.army.mil/ under Business Opportunities/Ong oing Acquisitions/DAAD16-02-R-0010 ON OR ABOUT May 3, 2002. NO hardcopies will be mailed. Telephone calls will not be accepted. Questions may be sent to Xinia Llovet-Zurinaga, Contract Specialist, via e-mail at Xinia.Llovet-Zurinaga@natick.army.mil or fax (508) 233-5286 or 4998. Firms will not be reimbursed for any cost associated with proposal preparation. Proposal evaluation will include, but not be limited to, the following processes: A RFP will be issued and offerors' proposals will be evaluated to det ermine the item's ability to meet the above requirements. A competitive range will be established and offerors of proposals that fall within the range will be issued purchase orders for prototype parachutes to be tested and evaluated. A minimum of five p rototypes parachutes must be ready for testing 60 days after issuance of purchase order. Offerors will be required to provide packing/rigging, repair and tra ining support during these tests, and will be compensated for such support as a separate Contract Line Item Number (CLIN) in the purchase order. These prototypes will be tested and evaluated against performance requirements and will compete against a gover nment developed cargo parachute referred to as the SB-60. A down-select to one or more cargo parachutes will be conducted and will be based on the offeror's proposal and results of the initial test and evaluation of the prototype parachutes. A contract w ill then be awarded to the successful offerors to include an option for Demonstration/Validation (D/V) and an option for Developmental/Operational Testing (DT/OT). D/V will include CLINs for parachutes, engineering, and testing support. The D/V option wi ll be part of the base effort requiring 2-10 parachutes from each vendor and will be a Cost Plus Fixed Fee type contract. Test items will undergo evaluation for fit, form and function, and will also be subjected to airdrop testing. After testing and eval uation, a down-select will be conducted by an Integrated Product Team (IPT) to exercise an option to a single offeror to deliver 5 (minimum) to 75 (maximum) production ready parachutes. These items will be subjected to DT/OT to determine if they satisfy a ll performance requirements identified in the ORD. This option will include CLINs for parachutes, engineering, and testing support. Also included in this option will be the requirement for the delivery of a Technical Data Package (TDP) (to include comple te drawings and detailed specifications). Upon completion of DT/OT testing, a production option - Firm Fixed Price may be issued to meet the Army's initial estimated fielding requirements of approximately 1,165 cargo parachutes. Follow on production cont racts may be awarded, based on the TDP, to acquire the remainder of the Army's estimated fielding requirements of approximately 10,481 cargo parachutes. This acquisition will be conducted on a Full and Open Competitive basis.
 
Place of Performance
Address: US Army Robert Morris Acquisition Center ATTN: AMSSB-ACN-M, Natick Contracting Division (R&D and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00056470-W 20020412/020410213306 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.