Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2020 SAM #6761
SPECIAL NOTICE

A -- Heavy Equipment Large Low Velocity Airdrop System (HELLVADS) Extraction Force Transfer and Jettison System (EFT&JS)

Notice Date
6/1/2020 10:01:16 AM
 
Notice Type
Special Notice
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-20-S-0015
 
Response Due
6/12/2020 1:00:00 PM
 
Archive Date
06/27/2020
 
Point of Contact
Richard Totten, Phone: 3016192446
 
E-Mail Address
richard.w.totten2.civ@mail.mil
(richard.w.totten2.civ@mail.mil)
 
Description
NSRDEC BOTAA_17-01 REQUEST FOR PROJECT PROPOSAL (RPP) Area of Interest: Aerial Delivery Technology Prototype: Heavy Equipment Large Low Velocity Airdrop System (HELLVADS) Extraction Force Transfer and Jettison System (EFT&JS) Objective: This Request for Project Proposal (RPP) is issued to request preproposals (white papers) in accordance with Section III, B, 1, of the U.S. Army Natick Soldier Research, Development and Engineering Center (NSRDEC) Broad Other Transaction Authority Announcement (BOTAA) 17-01 competitive announcement, and is being issued for planning purposes only. It is not to be construed as a commitment by the Government to award an agreement, nor will the Government pay for the information solicited. Combat Capabilities Development Command Soldier Center (CCDC SC) is seeking information on the capabilities and willingness of private entities (academic, non-profit and commercial) to develop an airdrop component to conduct extraction force transfer and extraction parachute jettison of payloads between 42,001 lbs and up to 80,000 lbs.� Background:� CCDC SC is executing a project, named HELLVADS, to increase the Army�s maximum airdrop weight capability from 42,000 lbs total rigged weight (TRW) to 60,000 lbs (threshold) / 80,000 lbs (objective).� HELLVADS uses airdrop methods very similar to the existing Low Velocity Airdrop System (LVADS), but modified for larger weight payloads.� HELLVADS uses three (3) 28-ft extraction parachutes and an extraction rope in lieu of a traditional Type XXVI extraction line.� The expected towed force of 3x28-ft extraction parachutes is 65,550 lbs.� Due to the towed forces applied by the extraction parachutes, a method to quickly jettison the rope is required for emergency situations.� Due to the large payload weights, HELLVADS will primarily be airdropped from the C-17.� However, if components are down-scalable to lower weights, airdrop from the C-130 is possible.� Information on existing LVADS procedures can be found in Technical Manual (TM) 4-48.02 �Rigging Airdrop Platforms, Airdrop Derigging and Recovery Procedures, Reference Data for Airdrop Platform Loads�.� Additional C-17 aircraft information can be found in MIL-STD-1791C(1) �Designing for Internal Aerial Delivery in Fixed Wing Aircraft�.�� Requirements: �The purpose of this RPP is to solicit preproposals to conduct design and development of a system that can support both extraction force transfer functionality and extraction parachute jettison functionality for HELLVADS.� Pre-proposals shall meet all the essential requirements listed below.� CCDC SC anticipates Phase I of this effort to complete a preliminary design and be limited to 4 months, with a shorter timeline preferred.� A potential Phase II follow on would complete the detailed design and deliver at least six (6) prototypes within 6 months of the start of Phase II (with a shorter timeline preferred), as well as support ground testing of the prototype.� A potential Phase III would include additional prototypes and support for airdrop flight testing.� This RPP only seeks pre-proposals for a Phase I effort.� Expected Loads:� The EFT&JS shall be able to be proof loaded without yield to 98,325 lbs.� This is based on an expected towed force of 65,550 lbs with a 1.5 safety factor.� The device shall have an ultimate strength of no less than 108,158 lbs (1.65 safety factor). �The expected extraction force is estimated to be 52,440 lbs (80% of the towed force).� The extraction rope may vary 10� up and �20� left or right from the aircraft centerline.� Designs should consider the dynamic nature of airdrop extraction line extension and release.� Platform interface:� HELLVADS is utilizing a 60K platform end panel.� The EFT&JS shall interface with the existing 60K end panel (Drawing 11-1-3837 & associated drawings, attached to the RPP).� The EFT&JS design may involve removal, replacement, or modification of connection/interface components of the end panel (e.g. lug or plug) as necessary.� If any components of the end panel are replaced or modified, the new configuration must be at least as strong as the items replaced.� Amount of platform overhang should be minimized to reduce space needed between platforms and to avoid risk of downward deflection resulting in an impact to the aircraft floor.� Extraction Rope interface:� The EFT&JS shall interface with a 2.5 inch diameter double braided extraction rope using a spool with an inner diameter no less than 2.75 inches.� An existing government drawing of an acceptable spool is available if desired for use.� Aircraft interface:� The EFT&JS shall not impact or damage the aircraft floor.� If using electronics, the device shall not be susceptible to EMI/EMC and shall not cause any EMI/EMC issues with the aircraft (per MIL-STD-461 and MIL-STD-464).� Use of pyrotechnic devices for any portion of the system is not desired, but if used, shall be devices that are currently approved for use during aerial delivery from US Air Force C-17s and C-130s (e.g. M-21 cutter). Force Transfer:� Force transfer may be initiated by the existing LVADS EFTC actuator and cable or may use a new force transfer method.� The extraction rope shall not be damaged as a result of force transfer (e.g. shall not suffer abrasion and shall not be cut). �The EFT&JS shall be able to complete force transfer under loading between 25,000 lbs and 55,000 lbs, with ability to release under lower loadings preferred.� Force transfer capability must meet 95% reliability with 90% confidence (45 trials without failure) during ground testing.� The design should consider methods to reduce the risk of premature force transfer and an �extraction by mains� failure, such as minimizing the motion of the force transfer release or initiation mechanism.� Jettison:� Jettison shall be initiated by the Loadmaster sitting in the Loadmaster station of the C-17 (forward area of the cargo bay).� The EFT&JS shall jettison the extraction rope in no more than 1.0 second after initiation by the Loadmaster.� The EFT&JS shall be able to jettison the rope at loads between 150 lbs and 65,550 lbs.� The jettison method should minimize the amount of metal that remains attached to the rope after jettison, and it is preferred that no metal is attached to the rope after jettison.� After jettison, no component of the EFT&JS may impact the aircraft.� Jettison capability must meet 98% reliability with 90% confidence (114 trials without failure) during ground testing.� Integration:� The EFT&JS may use a single device to accomplish both force transfer and jettison functionalities, or a separate device for each function.� If separate devices, they shall be capable of use together.� User Interface: The EFT&JS shall be easily inspected while rigged on the aircraft during a Joint Airdrop Inspection without the need to disassemble or de-rig any parts of the airdrop system. �The system shall be able to be rigged by no more than two (2) personnel without specialty tools.� Down-scalability:� As an objective, it is desired that the EFT&JS can be used with standard Type XXVI extraction lines and the existing Type V platform on payloads 42,000 lbs and under.� Down-scalability can be accomplished through a separate integration kit and/or through non-permanent modifications to the EJT&JS and/or Type V that can be conducted at the field (e.g. rigger) level.� Designs for a down-scalable capability are not required as part of Phase I, but consideration of this capability in the design is desired to enable development of a downscaling kit as a potential future optional task.� Expected Ground Testing:� During Phase II, the EFT&JS would undergo the following ground tests.� Testing is expected to be conducted at CCDC SC, with the exception of environmental and EMI.� Proof loading as described above both alone and connected to the HELLVADS platform Environmental testing consisting of high temperature (120�F), low temperature (-40�F), altitude (40,000 feet), rapid decompression (8.3 psi loss in up to 15 seconds), explosive atmosphere, vibration (C-17 profile) and shock (100g, 6ms) per MIL-STD-810 Electromagnetic interference for radiated susceptibility and radiated emissions; Conducted emissions and conducted susceptibility will also be included if the device is electrically connected to the aircraft; per MIL-STD-461 and MIL-STD-464 Reliability for normal operation � at least 45 iterations of the device without a failure to meet 95% reliability with 90% confidence Reliability for jettison operation � at least 114 iterations of the device without a failure to meet a 98% reliability with 90% confidence Anticipated deliverables for the EFT&JS Phase I concept development are listed below. Preliminary conceptual� design with sufficient detail to allow the Government to evaluate the concept�s technical merits and the degree to which the concept meets the requirements for an overall determination of the strengths and weaknesses of the proposed design and the likelihood of success in a follow-on Phase II prototype fabrication effort.� Designs from Phase I should be able to complete detailed design and deliver initial prototypes within 6 months from the start of Phase II. Conceptual design drawings/models and design data shall be prepared to define design concepts in graphic form, and include appropriate textual information required for analysis and evaluation of those concepts. �If 3D CAD models form the design definition without 2D drawings they shall, at a minimum, include geometric representation defining the physical shape of the component(s) and annotated dimensions defining the overall envelope or boundary size of the component(s) and all material information that is known at the level shall be called out in either a general annotated note and/or in the system parameters of the model.� Finish requirements should be called out in a general annotated note. �If used, contractor 2D drawing format is acceptable and the title block should identify the part number, contract number, drawn by, and the applicable distribution statement. A final culminating Phase I preliminary design review meeting A final design report to include estimated detailed design and prototype fabrication costs, identification of any risks for Phase II, and identification of any Government Furnished Equipment needed for Phase II. Host biweekly Interim Project Reviews (via telecon or web connection) to discuss designs, pricing, schedule and other topics relevant to the development Performance Objectives: Preproposals should be limited to three pages, and include a description of the relevant technology including supporting data, the scope of the proposed effort including a high-level Work Breakdown Structure (WBS), and a description of the proposer�s research, development, manufacturing, past performance, or other special qualifications. The preproposal should indicate the Technology Readiness Level (TRL) level of the proposed design per the TRL level definitions found in Attachment 0001 of the BOTAA. The preproposal must also include an anticipated cost for the efforts described in the preproposal.� Preproposals shall be submitted to the following email address: usarmy.natick.futures-cmd.mbx.ota-nsrdec@mail.mil, and Richard.w.totten2.civ@mail.mil. Brochures or other descriptions of general organizational or individual capabilities will not be accepted as a preproposal. All preproposals will be assigned an identification number and an email will acknowledge receipt of a preproposal. Usually, the Project Manager of the submitting organization should receive a decision letter or email regarding the preproposal within 60-90 days of submission. Administration: The Government will retain comments and information received in response to this RPP. Proprietary information should be identified as Company Proprietary. �Do not use Government security classification markings. All written responses must be received by COB on 12 Jun 2020. Responses should be sent by e-mail to: �usarmy.natick.rdecom.mbx.ota-nsrdec@mail.mil and Richard.w.totten2.civ@mail.mil with Subject Line of Responding Organization and RPP Title. Material that is advertisement only in nature is not desired.� Respondents may review the NSRDEC BOTAA at beta.sam.gov, keyword �BOTAA�for additional areas of interest and/or preproposal submission instructions and representative POCs.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/41bca2b8c8a740448102c4a12205dd3d/view)
 
Record
SN05675538-F 20200603/200601230142 (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.