SOLICITATION NOTICE
A -- Advanced Cargo Parachute Release System (ACPRS) Actuator Assembly
- Notice Date
- 1/31/2024 9:37:47 AM
- Notice Type
- Presolicitation
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-24-R-ACPR
- Response Due
- 3/1/2024 1:00:00 PM
- Archive Date
- 03/16/2024
- Point of Contact
- Christine Halamoutis, Andrew J. Richard
- E-Mail Address
-
christine.m.halamoutis.civ@army.mil, andrew.j.richard12.civ@army.mil
(christine.m.halamoutis.civ@army.mil, andrew.j.richard12.civ@army.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY The US Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC) is seeking information from US & non-US companies on capabilities to provide engineering services to resolve obsolescence issues with the Advanced Cargo Parachute Release System (ACPRS).� THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB). It is a market research tool being used to determine the availability and adequacy of potential sources for planning purposes only. Responses to this notice are voluntary and will not be considered as offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information presented or the use of any such information. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the beta.SAM.gov website.� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Any information and/or samples submitted may not be returned and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. DESCRIPTION OF REQUIREMENTS/BACKGROUND: U.S. Army Product Manager Force Sustainment Systems (PM FSS) is currently maintaining the Advanced Cargo Parachute Release System (ACPRS) in sustainment. The government owns the TDP for the ACPRS system and uses the TDP to compete production contracts to support the U.S. Army. The ACRPS is designed for use in the airdrop of cargo loads weighing up to 25,000 lbs (11,340 kg). The ACPRS software is activated when the cargo parachute(s) begin to deploy, pulling the arming wire lanyard that is attached to the arming wire. Internal sensors detect when the suspended load finishes descending, and the housing assembly tilts at a critical angel. When both conditions are satisfied, a gear-motored actuator contained within the housing assembly quickly retracts the clamp downward, releasing the parachute(s). Up to two ACPRS housing assemblies can be joined together using a coupling assembly to airdrop cargo loads weighing from 25,501 lbs to 40,000 lbs (11,340 to 18,144 kg). The ACPRS Actuator Assembly (11-1-9400) is obsolete and is no longer procurable. Components such as the ACPRS Motor (11-1-9392) and Gearbox Assembly (11-1-9406) that integrate into the Actuator Assembly (11-1-9400) are no longer procurable and directly drive this obsolescence issue. Additionally, interfacing, and subsequent affected components may require modification as a result of replacement or design change. The Government is interested in identifying companies that have potential design solutions and what those solutions may be. This may include drop-in replacements, modified drop-in replacements, or the development of a performance specification to qualify new vendors. A performance specification and performance drawing for the ACPRS Motor (11-1-9392) is desired for proposed motor design changes. Solution(s) with minimal modifications to the existing TDP design are preferred. The attached impacted ACPRS TDP drawings provides information that respondents may find useful. Impacted drawings include: Anvil, Gearbox, Modified (11-1-9390), Motor, ACPRS (11-1-9392), Saddle, Gearbox Retainer (11-1-9393), Adapter, Thrust (11-1-9396), Adapter, Thrust Assembly (11-1-9397), Coffin, Motor (11-1-9399), Actuator Assembly (11-1-9400), Adapter, Motor (11-1-9401), Spacer, Gearbox (11-1-9402), Hammer Impact, Modified (11-1-9403), Enclosure, Hammer, Modified (11-1-9405), Gearbox Assembly (11-1-9406), Bearing, Liner (11-1-9407), Screw, Jack (11-1-9408), Rod, Push-Pull (11-1-9409), Wheel, Star (11-1-9410), Bushing, Actuator, Motor (11-1-9411), Assembly, Housing, ACPRS (11-1-9469). RESPONSES: Respondents to this market survey, who meet the requirements detailed in this RFI, are requested to describe their interest and experience with the requirements summarized within this notice. Responses are to contain, at a minimum, (1) White paper - maximum of twelve (12) pages including cover detailing experience in developing and/or manufacturing equipment that meets or can meet the above requirements.� �(2) Product specification sheets showing sample equipment that your company has applied this technology/similar technology, as applicable and not included in page count. Additional documentation accepted as part of this RFI (and not included in the page count for the White Paper) includes, but is not limited to, the following: PowerPoint presentations, Training documentation, product specification sheets, user handbook/guides, pictures, link to demonstrations, test data, etc.� See DELIVERABLES section for additional details for submitting responses to this RFI. Information received will be Controlled Unclassified Information. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. ADDITIONAL INFORMATION: DEVCOM-SC will contact individual vendors to discuss mutual interest after receipt of whitepapers.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/94a26d6de26e459691620cfd0693fced/view)
- Place of Performance
- Address: Natick, MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN06950650-F 20240202/240131230046 (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 |