SOURCES SOUGHT
16 -- Request for Information to identify sources interested in supplying an Enhanced Container Delivery System or system components that could be used for aerial delivery of preplanned and emergency supply loads for combat and support operations.
- Notice Date
- 1/13/2005
- Notice Type
- Sources Sought
- Contracting Office
- RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- PMFSS-ECDS
- Response Due
- 3/15/2005
- Archive Date
- 5/14/2005
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI) from the U. S. Army Research Development and Engineering Command (RDECOM)/PM Force Sustainment Systems, Natick, MA to identify sources interested in supplying an Enhanced Container Delivery System (ECDS) or sys tem components that could be used for aerial delivery of preplanned and emergency supply loads for combat and support operations. BACKGROUND: With ECDS, multiple resupply containers, weighing up to 10,000 lbs. each, will be airdropped into the operational area via an aerial delivery aircraft. The ECDS developed under this effort, should enhance aircraft survivability, increase load capacity and airdrop accuracy and decrease the cost and labor associated with aerial delivery operations. The primary mission of ECDS is the delivery of various cargoes at a variety of altitudes (low, medium and high). Typical support missions for ECDS will include combat forced-entry and aerial resupply operations for small, medium and large unit/team and humanitarian/disaster r elief supplies airdropped to surrounded or isolated populations. The Enhanced Container Delivery System shall have the following capabilities: (1) Compatible with C-130 and C-17 cargo aircraft logistical and airdrop restraint/rail systems; (2) Meet (thresh old) or exceed (objective) identifiable ballistic characteristics of current airdrop systems for low velocity (28.5 fps) drops; (3) Capable of being deployed at a release altitude of 500 feet (threshold) above ground level (AGL) and at 375 feet AGL (object ive) at current standard Cargo Delivery System (CDS) air speeds (130 to 150 KIAS) at maximum payload capacity; (4) Capable of delivering serviceable loads in 13 knot ground winds (threshold), 21 knot ground winds (objective); (5) Must be compatible with Ar my Materiel Handling Equipment (MHE), with United States Air Force (USAF) cargo aircraft and aerial port Cargo Materiel Handling Equipment (CMHE), forkliftable and sling-loadable. Furthermore, future ECDS upgrades may include drop zone compatibility with t he Palletized Loading System (PLS); (6) Provide a maximum rigged weight capacity of up to 10,000-lbs; (7) Utilize standard airdrop components to the maximum extent possible with new designs not requiring modification to the delivery aircraft or the restra int rail system; (8) Allow for the delivery of single or multiple pallets in a single pass over the drop zone; (9) Overall packing and rigging time, including aircraft rigging, not greater than time required for current comparable CDS loads with like capac ities; (10) Allow for the delivery of single mass and modular loads at the maximum rigged weight allowance; (11) Provide for de-rigging procedures that are no more complex than current CDS (threshold) and less complex (objective); (12) Compatible with stan dard combat off-load procedures of existing 463L palletized cargo; (13) Allow for appropriate in-flight load restraints; (14) Utilize current A-22 honeycomb configurations with no modifications (objective) and minimal adaptation (threshold); (15) System no t to exceed current CDS maintainability requirements (threshold) and reduce current requirements (objective). Maintenance tasks to be performed by MOS 92R rigger personnel at organizational level; (16) System components to be reusable 12 times (threshold) and 25 times (objective); (17) Provide a probability of at least 92 percent (threshold) and greater than 92 percent (objective) of successful airdrop completion without a system abort and a probability of at least 85 percent (threshold) and greater than 85 percent (objective) of airdrop completion without the occurrence of an essential function failure; (18) Capable of gravity release at conventional airspeeds with the ability of future conversion/upgrade to parachute extraction method; (19) Capable of bein g operated and maintained by soldiers having fifth percentile female to the ninety-fifth percentile male profiles; (20) Capable of use and storage in all climat ic categories where CDS is currently being used. In addition, technical information concerning high altitude precision airdrops with ECDS as well as a low cost, one time use ECDS variant could be supplied for addressing future system requirements. Propriet ary information will not be disclosed outside the US Government; however, if it is submitted, it should be appropriately marked. Information provided will be used to develop specific requirements for a future ECDS. All interested firms, regardless of siz e, 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 a nd product information for products which meet the Army's requirements, or may meet requirements with modifications. Please submit your responses within 30 days of this publication. Responses may be sent via email to mailto:takis.blanas@natick.army.mil?S ubject=RE: REQUEST FOR INFORMATION -- ENHANCED CONTAINER DELIVERY SYSTEM (ECDS), or by regular mail to US Army RDECOM, SFAE-CSS-FP-F (ATTN: Takis Blanas), Kansas Street, Natick, MA 01760-5057, Telephone (508) 233-6356, Fax (508) 233-4716.
- Place of Performance
- Address: RDECOM Acquisition Center - Natick ATTN: SFAE-CSS-FP-F (ATTN: Takis Blanas), Building 3, Room 208, Kansas Street Natick MA
- Zip Code: 01760-5057
- Country: US
- Zip Code: 01760-5057
- Record
- SN00734621-W 20050115/050113212058 (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 |