Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2002 FBO #0215
SOLICITATION NOTICE

A -- CARGO PARACHUTE RELEASE FOR THE 500 LOW VELOCITY AIR DROP SYSTEM (500'LVADS)

Notice Date
7/3/2002
 
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
DAAD16-02-R-0022
 
Response Due
8/5/2002
 
Archive Date
9/4/2002
 
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 Release to be used for the 500 Foot Low Velocity Airdrop System (500? LVADS). The new Cargo Parachute Release will eventua lly replace the current M-1 and M-2 Cargo Parachute Releases so as to provide a more reliable, lower maintenance, lower weight, and lower cost release. This new Cargo Parachute Release, used with either a single or clustered parachute configuration, shall have the following performance characteristics: capable of delivering combat loads having suspended weights between 200 pounds through 42,000 pounds (Objective) (200 pounds through 15,500 pounds (Threshold); capable of withstanding the forces typically as sociated with LVAD operations from military cargo aircraft traveling between 130-150 knots indicated air speed (KIAS). The release shall hold from 1 to 8 cargo parachutes. The release shall be easy and quick for an Army rigger to attach to each of the 4 p latform slings and to each parachute riser. The Cargo Parachute Release shall be designed to allow each parachute to be released separately from the other parachutes and the load. The release shall be capable of releasing the parachute(s) when the platform impacts the ground and release equally, in any direction, in ground wind speeds of 17 knots (threshold) (21 knots (objective)). Please note that, for LVAD operations, the maximum rate of descent at ground impact will not exceed 28.5 ft/sec. Any proposed pyrotechnic device shall already be certified by the Army for military use in the intended application. Any electrically operated device shall use commercial-off-the-shelf batteries and have a built in test circuit to show that the battery is good and th e electrical circuit is ready to fire. Emphasis on durable lightweight materials and low/simplified maintenance is highly desired. Proposals that discuss existing release designs, which provide valid test data demonstrating substantial compliance with 500 ? LVADS performance requirements, will be more favorably considered than entirely new design or engineering approaches. Proposal evaluation will include, but not be limited to, the following processes: An RFP will be issued and offerors? proposals will be evaluated to determine 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 pre-contract award purchase orders for 1-3 cargo parachute releases to be tested and evaluated. These cargo parachute releases will be purchased for preliminary evaluation to determine their capacity to meet the requirements defined above. These 1-3 cargo parachute releases shall be ready for testing within 60 days after iss uance of purchase order. Offerors will be required to provide rigging, repair, and technical support during these tests, and will be compensated for such support as a separate Contract Line Item Number (CLIN) in the purchase order. A down select will occ ur at the conclusion of the Government?s pre-contract award test and evaluation. The down select will be based on the offeror?s written proposal, including supporting analytical or test data, drawings of their product, and the results of the Government te st and evaluation of the cargo parachute release samples. The down select will result in the Government awarding a Cost Plus Fixed Fee type contract, with options, to a single offeror. The contract will include a Base Effort for Design Validation (DV) an d contract options for Developmental and Operational Testing (DT/OT). The Base Effort?s DV and the DT option will include CLINs for cargo parachute releases, engineering, rigging, and technical support for each respective test effort. The Base Effort wil l require three (3) cargo parachute releases and will be a Cost Plus Fixed Fee type contract. Test items will undergo evaluation for fit, form and function, an d will also be subjected to airdrop testing. The Government may exercise Option 1 upon successful completion of the Base Effort. Option 1 will require the delivery of six (6) cargo parachute releases. These systems will be subjected to DT to determine i f they satisfy all the performance requirements identified in the Operational Requirements Document (ORD). Option 2 is to deliver ten (10) production representative cargo parachute releases. These items will be subjected to OT to determine if they satisf y all the 500? LVADS operational effectiveness and suitability requirements. Option 2 will also include the requirement for the delivery of a Technical Data Package (TDP) (to include complete drawings, lists, and detailed specifications). In addition, Op tion 2 will also require that the Offeror sell the Government the data rights for the 500? LVADS Cargo Parachute Release. Upon completion of OT testing, an Initial Production Option 3 (Firm Fixed Price) may be issued to meet the Army's initial estimated f ielding requirements of approximately 233 cargo parachute releases. Follow on production contracts may be awarded, based on the TDP, to acquire the remainder of the Army?s estimated fielding requirements of approximately 2,096 cargo parachute releases. T he Request for Proposal (RFP) will be posted on the Soldier Systems Center web site located at https://www3.natick.army.mil/, under Business Opportunities/Upcoming Acquisitions/DAAD16-02-R-0022 on or about August 5, 2002. NO hardcopies will be mailed. Tele phone 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 pr eparation. The applicable North American Industry Classification System (NAICS) code is 314999 and size standard is 500 employees. 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 ), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00110841-W 20020705/020704052535 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.