Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2012 FBO #4045
SOLICITATION NOTICE

16 -- ADVANCED LOW VELOCITY AIRDROP SYSTEM - LIGHT/HEAVY (ALVADS-L/H)

Notice Date
12/19/2012
 
Notice Type
Presolicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
ALVADS-LH121912
 
Response Due
1/21/2013
 
Archive Date
2/17/2013
 
Point of Contact
Benjamin Rooney, 508 233 5997
 
E-Mail Address
ACC-APG - Natick (SPS)
(benjamin.rooney@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTON: The Product Manager Force Sustainment Systems (PM FSS) located at the US Army Natick Soldier Systems Center, is conducting a market survey for technical information on products, concepts and capabilities which meet the requirements for the Advanced Low Velocity Airdrop System Light and Heavy (ALVADS-L/H). The intent of the ALVADS-L/H program is to identify a new parachute which will replace the G-11 cargo parachute and will ensure load survivability at lower altitudes while being more cost effective than the G-11 over its lifecycle. The requirements for this new capability include the airdrop of light and heavy cargo loads using platform lengths from 8-32 feet with a gross rigged weight of 2,520 - 22,000 pounds and 22,001 to 42,000 lbs. respectively. Both payload weight ranges shall be capable of operations at 130-150 KIAS from C-130 and C-17 aircraft flying at altitudes of 750 +/- 125 ft. above ground level (ALVADS Light Threshold) and 975 +/- 125 ft above ground level (ALVADS Heavy Threshold). The ALVADS-L/H decelerator system shall be used in a single or clustered configuration utilizing no more than 8 decelerators to deliver the maximum payload weight. Required attributes of the ALVADS-L/H program are (a) impact velocity of the load must not exceed 28.5 fps at a density altitude of 8600 ft., (b) system reliability shall be 0.92 or greater, (c) the system shall be capable of being airdropped in ground winds of at least 17 knots using the recently Type Classified Advanced Cargo Parachute Release, (d) loads shall be capable of being airdropped singularly or sequentially from aircraft in mass formation, (e) rigging, packing procedures and maintenance times shall be no more complicated or time consuming than with existing systems; objective is to simplify rigging, packing and maintenance (f) system shall integrate with and not exceed the established structural limits of standard or recently developed airdrop components to the maximum extent possible (Type V platforms, Advanced Cargo Parachute Release and associated hardware) and (g) system shall be capable of operating in severe weather conditions. Additionally, an internal government technology development effort has been conducted over the past 2 years to investigate the potential for an annular parachute design to meet the ALVADS L/H requirement. Full scale testing conducted to date with limited cluster evaluations has demonstrated that the annular chute design has merit in terms of altitude and landing performance; however, other factors inherent to the design such as packing/rigging complexity, weight, maintenance and manufacturability prohibit the existing design from being a practical solution. Current system maturity is classified as TRL 6; a representative model or prototype system which has been tested in a relevant environment, but not throughout the full extent of the weight requirement. As a result, PM FSS will also consider future design options and/or technical solutions which could be incorporated into the annular chute design to address the abovementioned drawbacks of the existing design. Prior to any release or disclosure of Technical Data outside the Government, the intended recipient will be required to execute a Use and Non-Disclosure Agreement prior to the Government releasing or disclosing any technical information. Proprietary information will not be disclosed outside the U.S. Government. All interested firms, regardless of size are encouraged to respond to this request for information. Responses shall be limited to a total of 20 pages including any supporting data, attachments and/or appendices. It should be noted that this is a market survey and not a pre-solicitation notice. A pre solicitation notice will be published if a formal solicitation is generated. No awards will result from this market survey. Nothing shall be construed herein or through the market survey process to commit or obligate the Government to further action as a result of this market survey. Firms responding to this market survey 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. Respondents must submit their product brochures, technical data, or other information concerning performance and cost within 30 days of this publication. Responses may be sent via email to benjamin.j.rooney.civ@mail.mil or by regular mail to US Army Soldier Systems Center, Natick Soldier Center, Product Manager Force Sustainment Systems (PM FSS) (ATTN: Benjamin Rooney, Bldg N-12), 15 Kansas Street, Natick, MA, 01760. No solicitation document exists at this time. This market survey is for information and planning purposes only. This is not an Invitation for Bid (IFB) or a Request for Proposal (RFP) and is not to be taken as a commitment by RDECOM-NSRDEC or PM FSS. Depending on the responses to this RFI, PM-FSS will consider hosting a pre-solicitation meeting in Jan 2013 with industry to present and discuss the ALVADS-L/H requirements, acquisition strategy, and obtain feedback from attendees. If a pre-solicitation meeting is to be held a draft Requirements Section of the RFP will be posted by the Government at least two weeks before the meeting along with instructions and administrative requirements to attend the meeting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3056826f362e2896886c450678bbeea6)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02952316-W 20121221/121219234859-3056826f362e2896886c450678bbeea6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.