SOURCES SOUGHT
16 -- Low Cost Aerial Delivery System (LCADS)
- Notice Date
- 6/4/2002
- Notice Type
- Sources Sought
- Contracting Office
- US Army Robert Morris Acquisition Center, Natick Contracting Division, ATTN: AMSSB-ACN-M, Building 1, Kansas Street, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- DAAD16-02-X-XXX1
- Response Due
- 7/8/2002
- Archive Date
- 8/7/2002
- Point of Contact
- Nina Shopalovich, 508 233 5293
- E-Mail Address
-
Email your questions to US Army Robert Morris Acquisition Center, Natick Contracting Division
(nina.shopalovich@natick.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The U.S. Army Soldier and Biological Chemical Command (SBCCOM), Natick, MA is conducting a market investigation to identify domestic products, suppliers, manufacturers and technical information to develop a Low Cost Aerial Delivery System (LCADS). The LCA D system will provide a low cost alternative to compliment the current Container Delivery System (CDS) for fast and efficient airdrop of supply loads during operations that do not allow for recovery of air items, as often is the case with combat re-supply or humanitarian assistance missions. During Operation Provide Promise in Bosnia, U.S. Forces delivered humanitarian aid using over $31 million of standard airdrop equipment with no equipment recovered. The LCADS design will greatly reduce airdrop mission costs. LCADS will be a one-time use, stand-alone airdrop system consisting of a modular suite of low cost airdrop items, and be comprised of parachutes, containers, platforms, and other air items configured for low-velocity (impact velocity of 28.5 fps), high-velocity (impact velocity of 90 fps), and free-drop (without the use of a parachute) aerial delivery of loads. All components must be simple in design, maintenance and operation, and have low production and lifecycle costs. The emphasis is on use o f readily available, low cost materials and ease of manufacturing in order to minimize production lead times and broaden the industrial base for LCADS items. Innovative designs, processes, and materials should be considered in the development of LCADS com ponents. Some examples include, but are not limited to, cross parachutes, stitch-less seaming technology and non-woven fabrics. Product characteristics should minimize or eliminate rigging time, allow for long shelf life and have low weight and volume. LCADS has both performance and cost requirements. LCADS performance threshold (T) and objective (O) requirements are: (1) Must meet the rigged load capacity of 500-lbs to 2,200-lbs (T) of current CDS drops or exceed 2,200-lbs (O). Future requirements wil l be for capacities of up to 10,000-lbs; (2) Must be capable of delivering serviceable loads in 13-knot ground winds (T), 18-knot ground winds (O); (3) Must meet (T) or exceed (O) the load accuracy and survivability of current high-velocity and low-velocit y CDS drops; (4) Must be air-droppable from standard AF cargo aircraft (T) and special operations, NATO and other services aircraft (O); (5) Must be compatible with Army and Air Force ground material handling equipment (MHE); (6) Must be capable of being d eployed at release altitudes between 500-ft AGL (O) to 1,250-ft AGL (T) for low-velocity drops and 15,000-ft MSL (T) to 25,000-ft MSL (O) for hi-velocity drops at airspeeds of 130-150 Knots Indicated Airspeed (KIAS). LCADS cost threshold (T) and objective (O) requirements are: (1) LCADS must reduce costs by 55% or more (T) to 80% or more (O) over current Container Delivery System (CDS). This means that the cost for a high-velocity system must be between $250 and $565 and for a low-velocity system between $730 and $1645. Cost requirements include both cost of materials and producibility of components. Materials used to construct components are readily available. System components should be easy to manufacture. Production lead times should be minimized. At this time, SBCCOM is seeking sources, concepts, technical and product information, for a Low Cost Airdrop Capability or any individual components that meet the above requirements. Also, information is sought for materials and processes that would allo w for ease of manufacturing and minimize production lead times. All interested firms, regardless of size, are encouraged to respond to this request for information. Proprietary information will not be disclosed outside the U S Government. Interested sou rces shall include information detailed in the CBD Note 25 regarding a firm?s experience, personnel, and facilities. This market survey is for information purp oses only; this is not a Request for Quotations. No solicitation document exits. Responses may be sent via email to nina.shopalovich@natick.army.mil, or by regular mail to U.S. Army SBCCOM, SFAE-CSS-FP-F (ATTN: Nina Shopalovich), Kansas Street, Natick, M A 01760, Telephone (508) 233-5293, Fax (508) 233-4716.
- Place of Performance
- Address: US Army Robert Morris Acquisition Center, Natick Contracting Division ATTN: AMSSB-ACN-M, Building 1, Kansas Street Natick MA
- Zip Code: 01760-5011
- Country: US
- Zip Code: 01760-5011
- Record
- SN00087709-W 20020606/020604213854 (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 |