Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2023 SAM #8023
SOURCES SOUGHT

16 -- Static Line (SL) Deployed Parachute Systems

Notice Date
11/13/2023 4:16:00 AM
 
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-24-STATICLINE
 
Response Due
12/8/2023 2:00:00 PM
 
Archive Date
12/23/2023
 
Point of Contact
Brian Huffman, Phone: 508-206-3271
 
E-Mail Address
brian.g.huffman3.civ@mail.mil
(brian.g.huffman3.civ@mail.mil)
 
Description
SYNOPSIS: This Sources Sought Announcement is to assist the US Army Combat Capabilities Development Command Soldier Center (DEVCOM Soldier Center) to identify potential sources for Static Line (SL) personnel aerial delivery systems and alternative concepts that fit the below desired capabilities The Government requests that responses be submitted electronically to jean.m.trumpis.civ@army.mil and brian.g.huffman3.civ@army.mil by 8 December 2023 by 5pm EST. Description: DEVCOM Soldier Center is soliciting information from industry on currently available systems or proposed developmental concepts to support insertion of Airborne personnel for Joint Forcible Entry (JFE) operations. Currently this mission is accomplished with the T-11 Advanced Tactical Parachute System, which can be used to deploy up to 100 (C-17), 74 (C-130J30) or 62 (C-130H/J) personnel at up to 347 pounds each (total personnel and equipment weight, exclusive of the parachute system) 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 JFE operations at an equivalent or increased level of combat power to current capabilities. Desired Features: At this time, specific, prioritized requirements for a new low altitude personnel parachute system are not available. However, the following areas have been identified as desirable features for a new system: Reduce the time for a paratrooper to detect occurrence of a malfunction during canopy deployment and increase paratrooper situational awareness throughout all phases of static line operations. Reduce exit altitude (combat altitude of 500 feet AGL or lower) Reduce system size and weight to maintain maximum number of paratroopers that can deploy from each aircraft type/configuration. Support increased personnel and Combat Equipment (CE) weight up to 400 pounds (exclusive of the parachute system) Optimize paratrooper performance through improved load carriage, increased comfort and increased mobility to reduce fatigue during the entire airborne mission timeline. Increase modularity across all US Army personnel parachutes including low altitude mass tactical systems and high altitude high offset ram air systems. Reduce weight of harness and hardware components Reduce donning/doffing and Jumpmaster Personnel Inspection timelines. Increase serviceability/maintainability through replaceable components with built in service/repair indicators. The primary interest of this RFI is for complete static line (SL) deployed parachute systems, of either mature/fielded designs or conceptual designs requiring additional development. Information on other personnel SL insertion system components (e.g., main, reserve and/or harness) or novel concepts which are expected to be capable of supporting JFE insertion are also welcome in responses to this RFI. Proposed technologies should be at or above Technology Readiness Level (TRL) 4; please refer to https://api.army.mil/e2/c/downloads/404585.pdf for TRL definitions. All interested firms, regardless of size, are encouraged to respond to this RFI. The Government anticipates pursuing rapid prototyping/concept development and/or purchase of test assets through future solicitations based on the market research provided by this RFI. Parties that feel they can provide a solution to the above requirements should furnish DEVCOM SC with a written response (white paper, not to exceed 10 pages, not including attachments). Responses should include the following: ���� Description of the proposed system including main canopy, reserve canopy, harness, and/or alternative systems/concepts/designs as appropriate ���� Respondents� experience in developing and/or manufacturing equipment that meets or can meet the desired features described in this RFI ���� Supporting information (product performance information, test reports, photos, etc.) indicating the level of technical maturity of the system ���� Estimated cost(s) and lead time(s) for the procurement of systems and/or components, assuming an order quantity of 1,000 units ANTICIPATED TECHNICAL REQUIREMENTS/ATTRIBUTES: Please provide as much information as possible/available on the below requirements/attributes of solutions described in your response. Please indicate for each if performance has been demonstrated or is an engineering estimate. System/Main Overall system reliability Main reliability Minimum and maximum supported paratrooper and CE weight (exclusive of the parachute system weight) Minimum/combat deployment altitude Occurrence rate and types of malfunctions Horizontal slip or maneuverability reaction time Maximum aircraft paratrooper loads outs/capacity for C-130H/J TAP 1, C-130-J30 TAP 1, C-17, A400M Total system and subsystem/component (main, reserve, harness, etc.) weights Impact velocity at minimum and maximum weights (exclusive of parachute system weight) Maximum main canopy oscillation angle after stabilization Harness/Human Factors Weight distribution carried by shoulders vs hips; any features to increase comfort and mobility while reducing fatigue when carrying CE. Average donning/rigging and doffing times Ability to support individual equipment such as body armor and radios. Ability to accommodate a front/chest mounted reserve canopy and/or a rear/back mounted reserve canopy. Reserve System Reserve stabilization/opening altitude loss at maximum weight Reserve reliability Reserve compatibility with Static Line Automatic Activation Device or other automatic activation device to deploys the reserve canopy during all main canopy malfunctions where descent rate exceeds 27 feet per second. 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 the SAM.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 responses regarding this requirement to DEVCOM-SC via e-mail ONLY to jean.m.trumpis.civ@army.mil and brian.g.huffman3.civ@army.mil no later than 8 December 2023 by 5:00PM EST. 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 you hold a GSA Federal Supply Schedule contract, please identify your contract number. QUESTIONS: Any questions for clarification may be emailed to jean.m.trumpis.civ@army.mil and brian.g.huffman3.civ@army.mil no later than 6 December 2023 by 5:00PM EST.� 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. Contracting Office Address: BLDG 1 1 General Greene Ave. Natick, Massachusetts 01760-5011 United States
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a037fe0efbc647d7b61e41a0fc189ca3/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06883936-F 20231115/231113230044 (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 |
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.