SOURCES SOUGHT
16 -- EXTRACTED HIGH AND LOW SPEED CONTAINER DELIVERY SYSTEM
- Notice Date
- 7/29/2015
- Notice Type
- Sources Sought
- 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
- EHLSCDS-NATICK
- Response Due
- 8/31/2015
- Archive Date
- 9/30/2015
- Point of Contact
- Curtis Britton, 5082336150
- E-Mail Address
-
ACC-APG - Natick (SPS)
(curtis.l.britton.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL CLASSCOD: 16-Aircraft Components and Accessories-Potential Sources Sought SUBJECT: 16-EXTRACTED HIGH AND LOW SPEED CONTAINER DELIVERY SYSTEM DESCRIPTION: The Product Manager Force Sustainment Systems (PdM FSS), located at the US Army Natick Soldier Systems Center, is conducting a market survey seeking information regarding industry capability to produce Extracted High and Low Speed Container Delivery System (EHLSCDS) components and provide technical support during developmental testing. The Extracted High and Low Speed Container Delivery System (EHLSCDS) is a new airdrop system that allows for an automated and consistent method of aerial delivery for 500-2,200 lbs payloads at a wide range of airspeeds and altitudes. EHLSCDS evolved from the current Container Delivery System (CDS) and is capable of being deployed from C-130J and C-17 aircraft at airspeeds ranging from 130 to 245 knots indicated air speed (KIAS) and from altitudes ranging from 375 feet above ground level to 25,000 feet mean sea level; matching the operational aerial delivery envelope of these modern aircraft. The main parachute is designed for payloads to impact the ground at a medium impact velocity of 37 feet per second. All components will be durable and able to withstand multiple uses at high speed. An EHLSCDS airdrop is initiated by the aircraft tow-plate system located in the floor of the ramp. The tow-plate system retains the deployed extraction parachute behind the aircraft until the aircraft arrives at the release point. At the release point, the tow-plate will release the parachute and initiate the extraction of the bundles. This is an automated procedure that produces a consistent exit time when compared to the gravity airdrop method used with the current container delivery system. Both the tow-plate system and consistent exit times allow the aircrew to compute a much more precise release point and ultimately improve airdrop accuracy. EHLSCDS was approved by the Office of the Secretary of Defense (OSD) as an FY11 Joint Capability Technology Demonstration (JCTD) known as the High Speed Container Delivery System (HSCDS) JCTD. This effort was sponsored by OSD and the United States Transportation Command (TRANSCOM). The JCTD concluded at the end of FY13, after successfully completing all three planned operation demonstrations. There were three major equipment components that were developed during the JCTD; 45-foot diameter main parachute, A-24 container, and 110-inch extraction parachute assembly. The 45-foot main canopy is of flat circular design and uses typical aerial delivery textiles but is designed to withstand the rigors of a high-speed deployment. A new A-24 container is modeled after the current A-22 container but again is ruggedized to withstand both the extraction force and higher opening shock associated with EHLSCDS. The most unique component of EHLSCDS is the 110-inch extraction parachute assembly. It is composed of a new 110-inch ring slot parachute that uses an extraction line, extraction bridle and bellyband (that surrounds the bundles) to pull the containers from the aircraft at the release point. This request is specifically seeking information regarding the capability to produce the EHLSCDS components and provide test support to include parachute packing, rigging and repair. A government provided technical data package would be used to build between 60 and 120 pre-production prototype parachutes. Test support would occur primarily at Yuma Proving Ground, Arizona and would be coordinated by PdM FSS. Full scale testing conducted during the JCTD demonstrated that the current design has merit in terms of altitude and landing performance; however, other factors inherent to the design such as, maintenance and manufacturability could possibly be improved. Manufacturers would be able to submit design improvements for consideration by the government in the form of a value engineering change proposal or an engineering change proposal. 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. 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. Proprietary information will not be disclosed outside of the U.S. government. 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 stephen.s.abate.civ@mail.mil or by regular mail to US Army Soldier Systems Center, Natick Contracting Division, ATTN: Stephen Abate, Bldg 1 3rd Fl, 1 General Greene Avenue, Natick, MA, 01760-2342. 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 PdM FSS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f1e2db9d9e2ab9d9929790ce7f3fdf5e)
- 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
- Zip Code: 01760-5011
- Record
- SN03815365-W 20150731/150730000019-f1e2db9d9e2ab9d9929790ce7f3fdf5e (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 |