SOURCES SOUGHT
16 -- Next Generation Static Line Parachute (NGSL-P)
- Notice Date
- 5/28/2025 3:51:53 PM
- Notice Type
- Sources Sought
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-25-RFI-NGSL-P
- Response Due
- 6/30/2025 12:00:00 PM
- Archive Date
- 07/15/2025
- Point of Contact
- Brian Huffman, Allison Griffin
- E-Mail Address
-
brian.g.huffman3.civ@army.mil, Allison.k.griffin4.civ@army.mil
(brian.g.huffman3.civ@army.mil, Allison.k.griffin4.civ@army.mil)
- Description
- SYNOPSIS: This Sources Sought Announcement is to assist the US Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC) to identify potential sources for a Next Generation Static Line Parachute (NGSL-P) to support mass tactical airborne infiltration operations. The Government requests responders submit a Broad Other Transaction Authority Announcement (BOTAA) preproposal as outlined in the DEVCOM Soldier Center BOTAA DEVCOM-SC BOTAA 22-01 located at: �https://sam.gov/opp/126eaf3a78d847f69b7c94b606877f92/view� Please refer to Topic Area of Interest �A. SOLDIER SUSTAINMENT DIRECTORATE (SSD)� starting on page 19. Submit the BOTAA preproposal to: Brian Huffman brian.g.huffman3.civ@army.mil and Allison Griffin allison.k.griffin4.civ@army.mil no later than 30 June 2025 by 3:00 p.m. ET. Objective: This Request for Project Proposals (RPP) is issued to request preproposals (white papers) in accordance with Section III, B.1 of the DEVCOM-SC BOTAA 22-01 competitive announcement and is being issued for planning purposes only. It is not to be construed as a commitment by the Government to award an agreement, nor will the Government pay for the information solicited. DEVCOM-SC SSD is seeking information on technologies or capabilities of private entities (non-profit and commercial) to develop a preliminary system design that will support a prototype project, as defined on page five of the BOTAA. Background: Currently US Army paratroopers conducting mass tactical airborne infiltrations employ the Advanced Tactical Parachute System (ATPS) T-11 parachute system, which includes the T-11 main canopy assembly, the T-11R reserve canopy assembly, deployment bag, pack tray, harness assembly, risers and the universal static line (USL). The ATPS T-11 can be used to insert up to 100 (C-17), 74 (C-130J30) or 62 (C-130H/J) personnel at up to 400 pounds all up weight from a single aircraft on a single pass at 525 (C-17) or 550 (C-130H/J) feet Above Ground Level (AGL) at a speed of up to 150 Knots Indicated Airspeed (KIAS). DEVCOM-SC is interested in low altitude personnel parachute systems or other novel concepts that can deliver Airborne forces to the ground in a safe and efficient manner to support mass tactical operations at an equivalent or increased level of combat power to current capabilities. Requirements: The purpose of the RPP is to request preproposals to conduct system development, testing and evaluation of a preliminary design for an NGSL-P. The preliminary design may be based on reusing, modifying or enhancing existing system designs. At present, it is expected that the current T-11R reserve parachute will be used as the reserve parachute with the NGSL-P, so preproposals should primarily address main canopy and harness assemblies. The preproposals shall address the full requirements of this RPP. Proposed solutions shall be compliant with the Berry Amendment, Defense Acquisition Regulation Supplement (DFARS) 252.225-7012, and the Buy American Act, DFARS 252.225-7001. If proposed solutions are not compliant with the Berry Amendment and/or Buy American Act, preproposals shall include a high-level plan to become compliant. The planned development for NGSL-P will consist of three (3) phases as detailed below. Execution and funding of phases will depend on successful completion of prior phases(s), and availability of funds. Phase I is the base, while Phases II and III are options. Phase I � Main Parachute and Harness Preliminary Design, Prototyping and Testing. The objective of the initial system development in Phase I is for the vendor to generate a preliminary design for a NGSL-P main parachute and harness, resulting in the delivery of 20 prototype systems for Government testing. This phase will include bench-top and mannequin airdrop testing to collect data to assess performance. A single test event with a total of 20 drops is planned. Phase I will conclude with a design review. The desired duration of Phase I is approximately nine (9) months and no more than twelve (12) months. Based on Phase I results, the Government may make a down select prior to Phase II. (Option) Phase II � Main Parachute and Harness Detailed Design, Prototyping and Testing. The objective of Phase II is to complete additional development and prototyping to mature the design, resulting in the delivery of 20 prototype systems for Government testing. Phase II will include additional bench-top and mannequin airdrop testing to evaluate performance and design maturity. A single test event with a total of 40 drops is planned. Phase II will conclude with a design review. The desired duration of Phase II is approximately nine (9) months and no more than twelve (12) months. Based on Phase II results, the Government may make a down select prior to Phase III. (Option) Phase III � Reserve Parachute Integration and Testing. The objective of Phase III is further development of the system to integrate and assess performance during Government testing with a reserve parachute in full main, partial main and no main scenarios. At present, it is expected that the current T-11R will be used as the reserve parachute system with the NGSL-P. This phase will include the delivery of 25 prototype systems for Government testing. Two test events with a total of 120 drops are planned, with each test consisting of 60 drops. Phase III will conclude with a final design review. The desired duration of Phase III is approximately twelve (12) months. At the conclusion of Phase III, the desired Technology Readiness Level (TRL) is 6. Note: If the T-11R is the selected reserve parachute for Phase III development, the Government may furnish T-11R reserve parachute systems for vendor development and integration activities. The Government will supply any T-11R parachutes for Government testing. Any Government Property to be provided to the vendor will be documented in a resulting Other Transaction Authority for Prototype Agreement. NGSL-P Performance Parameters The system performance parameters are given in Table 1 attached. The table provides both baseline/threshold and objective performance levels. The objective level is the performance goal, whereas the threshold level is the minimum acceptable level. DEVCOM-SC strongly prefers a solution that can meet objective levels of the NGSL-P performance parameters. DEVCOM-SC, and Army Test and Evaluation Command personnel will be available to provide clarification and explanation behind performance requirements as needed during system development. Deliverables Phase I - Planned deliverables are listed below: Meetings/Reviews Participation in a kick-off meeting scheduled approximately ten (10) days after OTA award Participation in monthly Interim Project Reviews (IPRs) to discuss status updates and other topics relevant to the development effort Participation in a meeting to conduct a Test Readiness Review (TRR) scheduled approximately 120 days after OTA award Participation in a meeting to conduct a final Phase I Design Review approximately 270 days after OTA award Test Asset Prototypes � deliver 20 prototype main parachute systems (main canopy and harness) for bench-top and mannequin airdrop testing within 150 days after OTA award Technical and Testing Support Provide a draft user manual with packing and rigging instructions with test asset delivery Provide New Equipment Training (NET) to test and evaluation personnel at Yuma Test Center or other test location within 15 days after test asset delivery; vendor participation anticipated to consist of no more than three (3) personnel onsite in Yuma, AZ or other test facility for up to two (2) working days Participation in test preparation and execution as scheduled according to availability of required personnel and resources; vendor participation anticipated to consist of no more than three (3) personnel onsite in Yuma, AZ or other test facility for up to five (5) working days During Phase I, a total of 20 mannequin drops are planned on a single lift It is anticipated that vendors will deliver test assets in a packed configuration and/or provide onsite packing/rigging support Vendors may propose alternative delivery quantities or test support if believed to be best value to the Government Reports Monthly status reports documenting overall status updates, project schedule, work accomplished in the prior period, work planned for the following period, risks and other topics relevant to development effort Final design report summarizing the Phase I effort to include: Preliminary system design and current status Anticipated scope of development needed for Phase II to include anticipated design revisions Risks associated with conduct of Phase II development (Option) Phase II - Planned deliverables are listed below: Meetings/Reviews Participation in a kick-off meeting scheduled approximately five (5) days after Phase II option award Participation in monthly IPRs to discuss status updates and other topics relevant to the development effort Participation in a meeting to conduct a TRR scheduled approximately 90 days after Phase II option award Participation in a meeting to conduct a final Phase II Design Review approximately 270 days after Phase II option award Test Asset Prototypes � deliver 20 prototype main parachute systems (main canopy and harness) for bench-top and mannequin airdrop testing within 120 days after Phase II option award Technical and Testing Support Provide an updated draft user manual with packing and rigging instructions with test asset delivery (if required) Provide NET to test and evaluation personnel at Yuma Test Center or other test location within ten (10) days after test asset delivery; vendor participation anticipated to consist of no more than three (3) personnel onsite in Yuma, AZ or other test facility for up to two (2) working days Participation in test preparation and execution as scheduled according to availability of required personnel and resources; vendor participation anticipated to consist of no more than three (3) personnel onsite in Yuma, AZ or other test facility for up to ten (10) working days During Phase II, a total of 40 mannequin drops are planned (20 drops per lift) It is anticipated that vendors will deliver test assets in a packed configuration and provide onsite packing/rigging support for repacking between lifts Vendors may propose alternative delivery quantities or test support if believed to be best value to the Government Reports Monthly status reports documenting overall status updates, project schedule, work accomplished in the prior period, work planned for the following period, risks and other topics relevant to development effort Final design report summarizing the Phase II effort to include: Updates to system design and current status Anticipated scope of development needed for Phase III to include anticipated design revisions Risks associated with conduct of Phase III development (Option) Phase III - Planned deliverables are listed below: Meetings/Reviews Participation in a kick-off meeting scheduled approximately five (5) days after Phase III option award Participation in monthly IPRs to discuss status updates and other topics relevant to the development effort Participation in a meeting to conduct TTRs scheduled approximately 90 days (Test I) AND 150 days (Test II) after Phase III option award Participation in a meeting to conduct a final Phase III Design Review approximately 360 days after Phase III option award Test Asset Prototypes Deliver 25 prototype main parachute systems (main canopy and harness) for bench-top and mannequin airdrop testing within 90 days after Phase III option award to support Phase III Test I If repairs to existing prototypes or additional prototypes are required to support the Phase III Test Event II, they shall be delivered no later than 30 days prior to the start of Phase III Test II Technical and Testing Support Provide an updated draft user manual with packing and rigging instructions with each test asset delivery (if required) Provide NET to test and evaluation personnel at Yuma Test Center or other test location within ten (10) days after test asset delivery; vendor participation anticipated to consist of no more than three (3) personnel onsite in Yuma, AZ or other test facility for up to two (2) working days Participation in test preparation and execution as scheduled according to availability of required personnel and resources; vendor participation anticipated to consist of no more than three (3) personnel onsite in Yuma, AZ or other test facility for up to ten (10) working days for EACH test event During Phase III, two separate test events will be held. Each test will consist of a total of 60 mannequin drops (20 drops per lift) It is anticipated that vendors will deliver test assets in a packed configuration and provide onsite packing/rigging support for repacking between lifts Vendors may propose alternative delivery quantities or test support if believed to be best value to the Government Reports Monthly status reports documenting overall status updates, project schedule, work accomplished in the prior period, work planned for the following period, risks and other topics relevant to development effort Final design report summarizing the Phase III effort to include: Design history (including rationale for any design changes over the development) and final system design Recommendations for further development or design modifications prior to a potential Government Developmental Test effort Performance Objectives Preproposals should be limited to three pages and include a description of the relevant technology including supporting data, the scope of the proposed effort including a high-level Work Breakdown Structure, and a description of the proposer�s research, development, manufacturing, past performance, and/or other special qualifications. The preproposal should indicate the TRL of the proposed design per the TRL definitions found in the Technology Readiness Assessment Guidebook available at: https://www.cto.mil/wp-content/uploads/2023/07/TRA-Guide-Jun2023.pdf. The preproposal shall also include an anticipated cost for the efforts described in the preproposal. Brochures or other descriptions of general organizational or individual capabilities will not be accepted as a preproposal. All preproposals will be assigned an identification number, and an email will acknowledge receipt of a preproposal. Usually, the Project Manager of the submitting organization should receive a decision letter or email regarding the preproposal within 60-90 days of submission. Vendor(s) that receive a Request for Full Proposal (RFFP) shall provide supporting information within the full proposal on the following topics in addition to what is specified in DEVCOM-SC BOTAA Section III, B, 2: Technical Section Test data or performance model data associated with proposed design to support vendor�s assessment against NGSL-P performance parameters Any recommendations for deviation from targeted performance parameters or delivery schedules with supporting justification Production, quality assurance, and quality control plans for manufacturing test assets Vendor�s processes associated with configuration management, validation and verification Project Management Analysis of any opportunities and/or benefits associated with the vendor�s proposal that would reduce cost, schedule, and performance risks in current/future phases of development Pricing Firm fixed pricing for each deliverable, in the vendor�s own format/template Substantiating information on costs for each deliverable 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 theSAM.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 BOTAA preproposals regarding this requirement to DEVCOM-SC via e-mail ONLY to Brian Huffman brian.g.huffman3.civ@army.mil and Allison Griffin allison.k.griffin4.civ@army.mil no later than 30 June 2025 by 3:00 p.m. ET. 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 available. QUESTIONS: Any questions for clarification may be emailed to Brian Huffman brian.g.huffman3.civ@army.mil and Allison Griffin allison.k.griffin4.civ@army.mil no later than 16 June 2025 by 3:00 p.m. EDT. 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/c5d186a89ddd44eebd3a366cdbab44f8/view)
- Place of Performance
- Address: Natick, MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN07458532-F 20250530/250528230059 (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 |