Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOURCES SOUGHT

16 -- Low Altitude, High Speed Container Delivery System

Notice Date
2/23/2010
 
Notice Type
Sources Sought
 
Contracting Office
RDECOM Natick Contracting Center ICP (RDECOM-CC), ATTN: CCRD-NA, Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
WARPADD-RFI-HSCDS
 
Response Due
3/23/2010
 
Archive Date
5/22/2010
 
Point of Contact
Allison Griffin, 508-233-4495
 
E-Mail Address
RDECOM Natick Contracting Center ICP (RDECOM-CC)
(allison.griffin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) from the U. S. Army Natick Soldier Research Development and Engineering Center, Natick, MA, to identify sources having cargo parachute or cargo airdrop expertise and interest in the development of a low altitude, high speed container delivery system. The government is considering demonstrating a low altitude, high speed container delivery system for cargo aerial resupply applications. "This system will be able to be used at 350 ft AGL (threshold) and 250 ft AGL (objective) "From USAF cargo aircraft with a high speed ramp such as the C-130J, C-17 and MC-130. "The aircraft will be travelling straight and level at 200 KIAS (threshold) and 250 KIAS (objective). "The system should be sufficiently robust to safely deliver 4 (threshold) and 8 (objective) payloads "1000 1800 pounds suspended weight (threshold) and 500 2200 pounds (objective) suspended weight payloads "With a reliability of 92% with a 90% confidence. "The payloads should be usable upon landing by impacting at vertical velocities that can be dissipated thru impact attenuation. Standard descent velocities are 25 fps at sea level. "Inflight restraint should meet standard restraint requirements, 3g forward, 2g vertical, 1.5 aft and lateral "Use of currently available inventory items is highly desirable. "Use of low cost, one-time use materials that do not required retrograde is highly desirable. "Any aircraft modifications are highly undesirable. Proposers should be able to provide a plan to develop or modify cargo airdrop equipment to include: "Extraction parachute and extraction line that can withstand up to 250 KIAS "Ability to extract or eject payloads from aircraft quickly "Aircraft rollers interface (i.e., Skidboards) capable of performing at high extraction speeds "Payload tiedowns that can attach to skidboards "Container Delivery System container that can withstand opening loads "Pilot parachute for payload (may be static line deployed) "Main parachute for payload Offerors need to be cognizant of the Berry Amendment, which precludes the Department of Defense from procuring textile or textile end products that are not produced or manufactured in the United States. Therefore, any parachute material or end product must be made in the United States. The project plans an interim capability that meets the threshold requirements while modifying as much existing equipment as possible to provide the Warfighter a rapidly fielded capability. The program then can meet the objective requirements through a longer term program to meet the objective requirements. The program will demonstrate the operation of a prototype system in a field environment. Testing will be conducted using military rigged payloads to ensure all interfaces are standard and withstand opening shock, flight, and landing. Based on the results of all analyses and demonstration results, system design shall be revised to either enhance the performance or reduce the cost, as required. Between 10 and 50 pre-production prototype systems are anticipated to be required as deliverables. Natick Soldier RDEC, will coordinate testing at government locations such as the Yuma Proving Grounds. Proprietary information will not be disclosed outside of the U.S. government. All interested firms, regardless of size, are encouraged to respond to this request for information. This Request for Information is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this request or otherwise pay for information solicited. A pre-solicitation notice will be published if a formal solicitation is generated. No awards will result from this request. We are seeking sources, technical and product information for products which meet the DoD requirements, or may meet requirements with modifications. Firms responding to this RFI shall bear all risk and expense of any resources used to provide the requested information, and all information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Please submit your responses by 23 March 2010. Responses may be sent via email to Sanjay.patel2@us.army.mil or by regular mail to US Army RDECOM, Natick Soldier RD&E Center, ATTN: RDNS-WPA (Sanjay Patel), 15 Kansas Street, Natick, MA 01760-5017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5d691b067dc92e91a5e444c7d652eab4)
 
Place of Performance
Address: RDECOM Warfighter Protection & Aerial Delivery Directorate ATTN: RDNS-WPA, Building 3, Kansas Street Natick MA
Zip Code: 01760-5017
 
Record
SN02072187-W 20100225/100223234615-5d691b067dc92e91a5e444c7d652eab4 (fbodaily.com)
 
Source
FedBizOpps 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.