SOLICITATION NOTICE
83 -- Advanced Low Velocity Airdrop System Light and Heavy (ALVADS-L/H
- Notice Date
- 6/24/2013
- 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
- W911QY13R0079
- Response Due
- 7/9/2013
- Archive Date
- 8/23/2013
- Point of Contact
- Roberta Boswell, 508-233-4946
- E-Mail Address
-
ACC-APG - Natick (SPS)
(roberta.f.boswell@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Contracting Command, Natick Contracting Division, Natick, MA, has a requirement in support of PM-Force Sustainment Systems 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 Advanced Low Velocity Airdrop System's (ALVADS) is a suite of options when distribution of supplies and equipment is required by aerial delivery. ALVADS consists of five components: Component I - ALVADS Extraction Parachute Jettison System (EPJS), Component II - ALVADS Light, Component III - ALVADS Heavy, Component IV - ALVADS Advanced Cargo Parachute Release System (ACPRS), and Component V - ALVADS Rapid Rigging and De-rigging Airdrop System (RRDAS). Component I ALVADS EPJS has already achieved a MS C Decision and has been initially fielded. Component IV ALVADS ACPRS is currently pursuing a MS C, Type Classification and Full Materiel Release Decision. Based on the US Army Combined Arms Support Command (CASCOM) priorities list for ALVADS and the recent decision to combine the Light and Heavy requirements, ALVADS Light/Heavy capability is the next priority. The Government anticipates awarding several Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contracts for the base effort with a down select to one for the remaining portion of the contract. Funds will be obligated for quantities ordered upon issuance of delivery orders and not by the basic contract. The contract guaranteed minimum is $80,000.00. The contract maximum shall not exceed $15,000,000.00. Market Research has been conducted by technical experts, and has shown that this requirement will be procured under Full and Open Competition. The North American Industry Classification System (NAICS) code is 314999. The Standard Industrial Classification (SIC) Code is 2399 and the Small Business Size Standard is 500 employees. Anticipated RFP Release on the Natick Contracting Division's website https://www3.natick.army.mil will be on or about July 11th 2013. Telephone calls will not be accepted. Questions may be sent to Roberta Boswell, Contracting Officer, via e-mail at roberta.f.boswell.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d79450139bce4b662691455f7016c641)
- 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
- SN03097756-W 20130626/130624234453-d79450139bce4b662691455f7016c641 (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 |