Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2004 FBO #0851
SOLICITATION NOTICE

16 -- COMMERCIAL NON-MANEUVERABLE TROOP PERSONNEL MAIN PARACHUTE CANOPY

Notice Date
3/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
RDECOM Natick (R&D), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-04-R-XLZ5
 
Response Due
4/8/2004
 
Archive Date
6/7/2004
 
Point of Contact
xinia llovetzurinaga, 508 233 4146
 
E-Mail Address
Email your questions to RDECOM Natick (R&D)
(xinia.llovetzurinaga@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army RDECOM, Natick Contracting Division has a requirement for a commercial non-maneuverable troop personnel main parachute canopy which has a rate of descent (ROD) better than the T-10D (less than or equal to 20 feet per second (fps)) to in tegrate with the Advanced Tactical Parachute System (ATPS) reserve and harness subsystems. This acquisition is subject to FAR 52.232-18, Availability of Funds. The ATPS is comprised of three subsystems, the main parachute canopy and deployment subsystem, reserve parachute canopy and deployment subsystem and the troop harness. It has been determined through Government developmental testing that the performance characteristics of the main canopy in the current ATPS configuration are not acceptable to the G overnment. This is a combined synopsis and solicitation number W911QY-04-R-XLZ5 for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 with additional information. This announcement constitutes the only solicitation for a commercial non-maneuverable troop personnel main parachute canopy. Proposals are being requested and a written solicitation will not be issued. A competitive range will be determined upon completion of initial proposed evaluatio n. Offerors of those proposals which fall into the competitive range will be invited to submit, at no cost to the Government, three (3) complete commercial non-maneuverable main parachute canopies and deployment subsystem for Government technical evaluati on. In addition and at no cost to the Government, the offeror is to furnish support personnel (two individuals) at Yuma Proving Grounds (YPG), Yuma, AZ to pack, refurbish, repair, rig, and repack the main parachutes. Offerors will also be required to inte grate their commercial non-maneuverable troop support main parachute with the current ATPS harness and reserve which will be provided by the Government and available at YPG. Estimated number of days for personnel support is 5 days. The commercial non- ma neuverable troop personnel main canopies must be delivered at no cost to the Government to the following address no later than 30 days after invitation: U.S. Army Yuma Proving Grounds, Yuma Test Center, Bldg 2970; ATTN: Ryan Tiaden (ATPS), Yuma, AZ 85365 , Telephone number: (928) 328-2288. The Government intends to evaluate commercial non-maneuverable troop personnel main canopies from those offerors in the competitive range to verify the potential of a commercial non-maneuverable troop personnel main par achute canopy meeting the ATPS performance requirements described herein while staying within the performance and operational boundaries established by the Army as described in Field Manual (FM) 3-21.220 (available for download in the Natick Contracting Di vision web page at https://www3.natick.army.mil under Business Opportunities/Ongoing Acquisitions/W911QY-04-R-XLZ5/Files Available for Download). These performance requirements contain both threshold (must be met) and objective (should be met) requirements . If both threshold and objectives are not specified, the stated requirement will be considered as threshold. The commercial non-maneuverable troop personnel main parachute canopy when integrated into the ATPS system shall be required to perform combat op erations at 500 feet above ground level (AGL), with plus or minus 125 feet aircraft altitude holding error; shall be required to be operational for training jumps at a minimum planned jump altitude of 800 feet above ground level (AGL), with plus or minus 1 25 feet aircraft altitude holding error; shall be able to operate from the C-17 and C-130 aircraft (threshold) traveling at airspeeds between 130 and 150 Knots Indicated Airspeed (KIAS) at altitudes up to 7,500 feet above sea level (ASL) and be certifiable on all Army, Air Force, Navy and Marine aircraft currently certified for static line operations (objective); shall function in accordance with all performance requirements during airdrops occurring when surface winds reach up to 13 knots; shall not exceed the following geometric dimensions when packed: 15 inches in back pack thickness, 17 inches in width and 23 inches in height, to ensure compatibility with air craft seats; shall be capable of use and storage in climate categories; hot, basic and cold as defined by Army Regulation (AR) 70-38; shall not require an increase in quantity, quality or Military Occupational Specialty (MOS) needs of support personnel, or adversely impact the facilities related to physical maintenance, inspection, packing or repacking of parachutes. Shall be able to apply tension to canopy for parachute packing on the current packing table length of 48 feet, inclusive of the ATPS pack tra y and harness. The canopy width during flat fold shall not extend over the packing table width (36-inches) so the air channel is not adversely affected; shall eliminate or adequately control safety issues related to the operation, maintenance or storage o f this system; shall emphasize jumper safety and survivability; shall be maintainable by MOS 92R (rigger) personnel at the Direct Support Level; shall not contain any inherent health hazards in the system design. The main parachute canopy recovery subsyst em shall weigh no more than 36.5 lbs. (threshold), 31 lbs (objective), inclusive of the ATPS harness, pack tray; shall provide a rate-of descent of no more than 20 fps or no less than 16 fps at ground impact during sea level, standard day conditions with a parachutist weighing 332 lbs. including accompanying equipment, but exclusive of the ATPS; shall allow simultaneous exit from all jump doors without controlled exit procedures, without main canopy damage or entanglement with other parachutes before first vertical; shall have a packing rate not to exceed 17 man-minutes per parachute or at least 25 parachutes per day/parachute packer; shall have a maintainability of not more than 4.8 hours mean time to repair (MTTR); shall have a reliability of .9993 (expres sed as the probability of the parachute functioning properly in the operational environment); shall be compatible with the ATPS harness, main pack tray and the Army??????s 15 foot Universal Static Line (USL) and snap hook. If another D-bag is used, USL sh all be able to attach to the D-bag without modification; shall have a peak opening force of 10 g??????s or less, 95 percent of the time at 7,500 feet ASL without canopy damage; shall deploy, inflate and stabilize within 275 feet of altitude loss from aircr aft exit. The maximum oscillation angle between second and third vertical shall not exceed 10 degrees (objective) or 15 degrees (threshold) from vertical, 95 percent of the time; shall give the jumper the ability to maneuver to avoid other jumpers and trav el horizontally to avoid other jumpers or obstacles by use of a riser slip. Maneuverability shall be similar to the current T-10 capability; shall have a minimum shelf storage life of 4.5 years, a minimum service life of 12 years, and combined shelf stora ge and service life of 16.5 years. The main canopy shall permit repack cycles of not less than 120 days; shall be inherently non-gliding (similar to T-10 aerodynamic characteristics); shall have no adverse impact on existing airborne unit??????s force str ucture; e.g., shall not require substantive changes to the airborne unit??????s ability to conduct operations, provide maintenance or ensure support for this system. The canopy shall be a one-for-one replacement of the T-10 Main for units currently perfor ming mass tactical airborne operations (including training operations); shall not require any special logistical considerations beyond those already provided for support of the existing T-10 Main (threshold). Shall also support the separate maintenance and replacement of the main recovery subsystem (objective). ATPS will be designed for use and maintenance under the Standard Army Logistical Support LSA/LSAR proc esses. These processes will be used to determine and define maintenance and support required by the system. The materiel developer and the Training and Doctrine Command (TRADOC) proponent will develop a complete training subsystem specifically designed to support all phases of training from basic airborne through sustainment training, to include New Equipment Training (NET) for user testing and initial fielding. Contractor shall provide Proposed Spare Parts List structured at the end item level, to includ e all parts, materials, tools, test equipment, repair kits, and repair parts etc, required for maintenance and operation of the commercial non-maneuverable troop personnel main parachute canopy. All items on the PSPL shall be available for reorder from th e Contractor. This document incorporates Provisions/Clauses in effect through Federal Acquisition Circular 97-13. The Government anticipates awarding a single Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with one 36 mon ths ordering period. This requirement is a Full and Open procurement. The applicable North American Industry Classification System (NAICS) Code is 314999 with 500 employees. Contract CLINs shall be: 0001 Developmental Test (DT) commercial non-maneuverabl e troop personnel main parachute canopies , 0002 Operational Test (OT) commercial non-maneuverable troop personnel main parachute canopy, 0003 Low Rate Initial Production (LRIP) commercial non-maneuverable troop personnel main parachute canopies, 0004 Engi neering Support, 0005 Technical Drawings, 0006 Repair/Spare Parts, 0007 Rights and Technical Data. The Government intents to negotiate the acquisition of Data Rights for the commercial non-maneuverable troop personnel main parachute canopy, although, offer ors are not obligated to sell Data Rights as a condition to enter into the contract with the Government. Repair/Spare Parts may have various SubCLINs applicable to the number of different repair/spare parts offered. Guaranteed Min Quantity will only be a pplicable to the ATPS commercial non-maneuverable troop personnel main parachute canopy : Min 70 and Max 10,000 each, no guaranteed min or max for the spare/repair parts. Government will issue Contract/Subsequent Delivery Orders. Estimates are as follows : 2 delivery orders totaling 70 commercial non-maneuverable troop personnel main parachute canopy for DT, 3 delivery orders totaling 365 commercial non-maneuverable troop personnel main parachute canopy for OT, Min of 12 delivery orders totaling 5,200 com mercial non-maneuverable troop personnel main parachute canopy for LRIP. FAR provision 52.212-1, Instructions to Offerors ?????? Commercial is applicable. Addenda includes: Offeror shall hold prices in its offer firm for 90 days. In accordance with FAR Clause 52.211-8, TIME OF DELIVERY, (a) The Government anticipates required delivery to be made according to the following schedule: CLIN 0001: Quantity: 70 Main Parachute Canopies, Delivery Schedule of 35 by 1 Oct 2004 and 35 by 1 Feb 2005. Quantity: 365 M ain Parachute Canopies, Delivery Schedule of 120 thirty (30) days after issuance of delivery order, 120 sixty (60) days after issuance of delivery order and 125 ninety (90) days after issuance of delivery order. Quantity: 5,200 Main Parachute Canopies, Ant icipated Delivery Schedule will be over an eighteen (18) months period with shipments to be made on a monthly basis commencing 30 days after issuance of delivery orders. Quantities may vary. Contractors are requested to submit their proposed delivery sche dule. The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable requ ired delivery period specified above, may be considered nonresponsive and rejected. The Government reserves the right to award under either the required deliver y schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply. (b) Attention is directed to the Con tract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an awa rd or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding (1) five calendar days for delivery of the award through the o rdinary mails, or (2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term working day excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is l ater than the required delivery date, the offer will be considered nonresponsive and rejected. Offerors shall submit their proposal in CD ROMs to include: Unit price of each commercial non-maneuverable troop personnel main parachute canopy; Repair/Spare Pa rt(s) for the proposed item; technical drawing and hour of engineering support. Pricing for economic order quantities (i.e. 70 ?????? 1,000; 1001 ??????5,000, etc.); Completed copy of provision FAR 52.212-3, DFARS 252.212-7000; Past Performance information (2 pages or less) describing Offeror??????s recent, relevant experience in providing similar items to Commercial/Government customers with contacts/phone numbers; proposal describing how proposed item meets requirements stated herein, include product lite rature commercially available on proposed item, and commercial warranty terms offered; Certification and testing results or analysis showing offered product meets requirements stated above; One copy of the packing and maintenance instructions for offered p roduct. Offerors shall submit their proposals on two separate CD ROMs. One CD shall be labeled as Techinfo and shall contain two (2) separate files containing Volumes I (Technical), and II (Past Performance). The second CD shall be labeled as CostInfo an d shall contain Volumes III (Price), and IV(Small and Small Disadvanted Business Utilization). The electronic version shall be in Microsoft Word, Version 97/2000 or PDF (Portable Document Format) and Microsoft Excel (.xls) readable format. The text type shall be Times New Roman, with a font size of 12. Each page shall contain as a header the Offeror??????s company name, address, solicitation number, date, volume number, and page count. A Table of Contents for each Volume shall be provided. Offeror????? ?s shall submit 2 CD ROMS for the Technical and Past Performance (identified as such) and 1 CD ROM for Volume III (Cost) and Volume IV (Small and Small Disadvanted Business Utilization). Government may determine a proposal is unacceptable if proposed pric es relative to any economic ordering quantities are materially unbalanced. A proposal may be rejected if Contracting Officer determines lack of balance poses an unacceptable risk to the Government. The following Areas will be evaluated and are stated in o rder of importance (Technical is more important than Price, Past Performance and, Small and Small Disadvanted Business Utilization). (Price is more important than Past Performance and Small and Small Disadvanted Business Utilization). (Past Performance is more important than Small and Small Business Utilization). All evaluation factors other than cost or price, when combined, are approximately equal to cost or pr ice. Upon receipt, the proposals will be reviewed for completeness and compliance with the solicitation requirements. The proposals will receive a detailed evaluation employing the criteria identified. NOTE: With regard to Area I: TECHNICAL: All initial proposals will be evaluated utilizing Factor (a) Proposed item??????s capability to meet synopsis requirements as demonstrated by, written proposal, product literature, computer analysis, test data, computations, other supporting data, and Factor (b) Offer or shall identify facilities and equipment to be used for commercial non-maneuverable troop personnel main parachute canopy production only prior to determination of a competitive range. Factor (c) actual testing of the item, will only be utilized to evalu ate those proposals within the competitive range following said determination. Areas to be evaluated based on a 332 lb. Mannequin less parachute system weight include ROD less than or equal to 20 fps, altitude loss to stable, oscillation angle, obstacle a voidance and subject matter expert engineer assessment of logistical/support requirements. Technical area will receive an adjectival rating of: Excellent, Acceptable, or Unacceptable. PRICE: Pricing for economic order quantities will be averaged for evalu ation purposes only. Price for the Repair/Spare Parts will be evaluated for fair and reasonableness for each part offered as determined by the Contracting Officer. PAST PERFORMANCE: Offeror??????s past performance with Government/Commercial customers in t he area of producing products like the commercial non-maneuverable troop personnel main parachute canopy will include demonstrated technical and schedule performance, responsiveness to contract requirements, and customer satisfaction with emphasis on recen t and relevant experience. Past Performance will be rated: Low, Moderate, High, or Unknown, based on the relative risks associated with the Offeror??????s likelihood of success in accomplishing this effort. SMALL AND SMALL DISADVANTAGED BUSINESS UTILIZAT ION: The Offeror??????s proposed Small and Small Disadvantaged Business Utilization will be evaluated to assess the extent to which the Offeror identifies and commits to the use of Small and Small Disadvantaged Businesses, Historically Black Colleges and U niversities, and/or minority institutions for performance of this effort, whether as a joint venture, teaming arrangement, or subcontractor. This area will be evaluated in accordance with DFAR 219.704 and AFARS Appendix DD. This requirement is not applica ble to Small Business Concerns. Government anticipates evaluation testing of main canopies to begin 30 days after selection of viable candidates. Offerors must be present for 5 of the 6 days of drops. Offerors will arrive with the systems packed. Drops will occur in the morning with repacking etc. occurring in the afternoon. Offerors will leave on the 5th day leaving a packed system for testing on the 6th day. While at the evaluation site, no offeror personnel will be allowed on the flight line or the drop zone since competing commercial non-maneuverable troop personnel main parachute canopies will be loaded, dropped and recovered on the same flight mission. The intent is to prevent any offeror from observing, up close, the design of their competitor? ?????s commercial non-maneuverable troop personnel main canopy. The Government??????s intent is to have color-coded badges for all personnel who are supporting the pre-award test program. A specific color will be given to one offeror??????s personnel. A different color will be assigned for other offerors. Specific areas will be identified for each offeror??????s operations, and will be secured by the assigned offeror. Offerors will be restricted to the area assigned to them. Government personnel will b e issued badges with a color assigned to that group of personnel. Government personnel will be allowed on the flight line and drop zone if their official dutie s require access to these areas. Government contractor support personnel will be issued badges with a color, which identifies them as Government contractor support personnel. Before issuing any badges to Government contractor support, each individual wil l be required to sign a ??????Procurement Integrity Statement and Certification Concerning Nondisclosure and Outside Financial Interest Form??????. As with Government employees, Government contractor support personnel will be permitted on the flight line and drop zone, only if their official work assignment requires their presence at that location. Offerors will be able to participate in the pre-flight briefings held prior to an actual airdrop mission. Post drop test results reviews will not be open to o fferor personnel. Government personnel will recover the systems from the drop zone, and return them to the specific offeror area for offeror servicing and repack. Government will not be liable for any damages to main parachute canopies during testing. Of ferors are cautioned that their product must comply with Berry Amendment restrictions (See DFARS Clause 252-225-7012) in order to receive award. Contract award will be made to the offeror whose proposal and product represents the best overall value to the Government based on the Areas stated within 90 days after the start of evaluation testing. To receive consideration for award, overall evaluations of not less than Acceptable must be achieved in all Areas. An evaluation rating of Unacceptable at the Area level will cause the entire Proposal to be evaluated as Unacceptable. This is a best value acquisition. Offerors are cautioned that award may not necessarily be made to the lowest-priced offeror. FAR/DFAR Clauses/Provisions applicable to this acquisition: 52.252-1 and 52-252-2 (Fill in: http://farsite.hill.af.mil ); 52.202-1; 52.211-8;52.212-2; 52.212-4; 52.212-5; 52.203-6 ALT I; 52.215-21; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-18; 52.232-33; 52.247-64); 52.216-18 (Fill in: From dat e of contract award through 36 months); 52.216-19 (Fill in: (a) 70 (b)(1) maximum quantity available (b)(2) maximum quantity available (b)(3) within n/a days (d) 5 days); 52.216-22 (Fill in: (d) after the last order is delivered to the Government); 52.233- 1; 52.242-15; 52.243-1; 52.247-34; and DFARS 252.204-7004, 252.209-7004; 252.212-7001; 252.225-7001; 252.225-7012; 252.225-7014; 252.225-7015; 252.227-7015; 252.227-7037; 252.243-7001; 252.243-7002; 252.246-7000; 252.247-7024). Full text version of provisi ons/clauses are located at http://farsite.hill.af.mil. Send questions to Xinia Llovet-Zurinaga, Contract Specialist, at Xinia.Llovet-Zurinaga@natick.army.mil . Facsimile proposals will not be accepted. All proposals must be received via mail no later than at 3:00p.m (EST) on April 8, 2004. Mailing address: US Army RDECOM Acquisition Center, Natick Contracting Division, Attn: AMSRD-ACC-NM/Xinia Llovet-Zurinaga, Bldg. 1, Kansas St, Natick, MA 01760-5011
 
Place of Performance
Address: RDECOM Natick (R&D) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00553292-W 20040326/040324224455 (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.