Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 27, 2025 SAM #8706
SOURCES SOUGHT

16 -- Generation High-Performance Parachute for Cargo Payloads

Notice Date
9/25/2025 10:31:30 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-26-RFI-NGHPP
 
Response Due
11/6/2025 8:59:00 PM
 
Archive Date
11/21/2025
 
Point of Contact
Dr. Kenneth Desabrais, Allison Griffin
 
E-Mail Address
kenneth.j.desabrais.civ@army.mil, allison.k.griffin4.civ@army.mil
(kenneth.j.desabrais.civ@army.mil, allison.k.griffin4.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SYNOPSIS: This Sources Sought Announcement is to assist the US Army Combat Capabilities Development Command � Soldier Center (DEVCOM-SC) to identify potential sources to provide information on the development of next generation high-performance parachute systems for cargo payloads. The US Army has a family of precision parachute systems (Joint Precision Aerial Delivery Systems, JPADS) that provide the capability for accurately delivering payloads. DEVCOM-SC is issuing this announcement for investigating technologies that could substantially improve the performance of future precision parachute systems. The Government requests that responses be submitted electronically to Allison Griffin (allison.k.griffin4.civ@army.mil) and Dr. Kenneth Desabrais (kenneth.j.desabrais.civ@army.mil) by November 6, 2025 at 11:59PM EST. DESCRIPTION: DEVCOM-SC is conducting a Request for Information (RFI) on technologies and/or concepts for the development of the next generation of high-performance parachute systems for cargo payloads. DEVCOM-SC is exploring ways to significantly improve the capabilities of the Army to support Agile Sustainment and logistics functions (e.g., resupply) through aerial delivery in distributed operations. The intent of this RFI is to gather knowledge and understand potential scientific advancements and technologies that could be applied for the development of future precision parachute systems. DEVCOM-SC is requesting ideas that could provide substantial performance improvements over current precision parachutes. Incremental technological advancements and innovations are not the intent of this announcement. Innovative and paradigm shifting ideas are highly encouraged. While DEVCOM-SC is exploring improvements to sustainment/logistic capabilities, the primary focus of this announcement is parachute systems as opposed to other delivery methods such as drones, gliders, etc. Specifically, the response to the announcement should focus on concepts, technologies, scientific advancements, or ideas that address the parachute canopy and canopy sub-components such as suspension lines/risers. DEVCOM-SC understands other components of the airdrop system (e.g., airdrop platform, airborne guidance unit (AGU), payloads) may have a significant impact on the performance of the overall aerial delivery system. It will therefore consider discussions of concepts and ideas that include these other components; however, the overall intent is to focus on substantial improvements of the performance of the parachute itself. This parachute centric approach could allow for its integration into existing systems as a replacement of current parachutes. Furthermore, concepts that incorporate actuation components or other control systems into the parachute are acceptable. However, the integration of propulsion systems (e.g., engine/propeller systems, gas turbines) into the canopy would not be of significant interest. Moreover, this announcement is focused on cargo aerial delivery as opposed to personnel airdrop. Concepts could be applicable to both areas, but initial interest is in cargo aerial delivery. SPECIFIC SPECIFICATIONS: Responses to this announcement should provide concepts and ideas to provide potential solutions that address these aspects of a future precision parachute system: Reasonably compatible with current airdrop systems and requirements. The intent of this is for concepts to be able to integrate with current common aerial delivery aircraft and systems. For example, concepts could be used to deliver typical cargo resupply (A-22 container), be �packed� onto the cargo, interface with airdrop aircraft, and be deployed similarly as current parachute systems. Furthermore, this extends to being able to interface with other current parachute system components, such as JPADS AGU or powered propulsion units in powered parachute systems. The idea is that new parachute concepts could replace parachutes in existing systems. Significant ability for high glide and long range (horizontal ground distance) from deployment location/altitude. While the term �significant� is not precisely defined in this RFI, the intent is for concepts to provide glide ratios that are much greater than current systems (e.g., glide ratio >>8). Concepts that deploy at much higher altitudes than current systems could be considered reasonable. Concepts that reduce the weight and bulk of the parachute system are highly encouraged. This could include, but not limited to, using novel materials, parachute construction methods, packing techniques, or system designs. The ability to pack and rig a parachute in the field and with no or limited special equipment will remain an important characteristic. Ideally concepts could function over a large wing loading range; in other words, the same parachute would work across multiple payload weight ranges, e.g., 1k � 10k payloads. This is not to imply that a single parachute design must function at all payload weights. The idea is to expand the weight range as much as possible. The ability to deploy parachute concepts without drogue parachute(s) is important to ensure sacrificial parachutes are not left in the airspace after deployment or add parasitic drag to the overall system if left attached. Deployment directly to the recovery parachute is one method but innovative inflation alternatives are encouraged. Cargo weight ranges of interest would focus on systems supporting resupply missions or smaller weights. While not defining definitive weight ranges, offerors could consider cargo weights in the range 25 lbs (11 kg) up to 10,000 lbs (4,500 kg). Concepts should consider Berry Amendment compliance in its design and production. Should a concept advance into an acquisition program this will be an important factor. Although the per unit cost of the system concept is not the primary factor at this point, system costs should be competitive with current systems (e.g., 10x cost increase may be too high to be a competitive alternative to existing systems). DEVCOM SC acknowledges it might be difficult to achieve all these specifications. The intent of this announcement is to expose and understand creative, innovative, and ingenious ideas that could result in cutting-edge advancements in parachute systems and aerial delivery. DELIVERABLES: All documentation submitted shall be submitted as MS Word, Adobe PDF, MS PowerPoint, Visio, or MS Excel files. 1. Respondents: The White Paper should be written in respondent format, double spaced, and minimum font size of 10 pt. Paper should not exceed 12 pages, including cover. a. This paper should cover company information (company name, CAGE code, mailing address, and primary point of contact information (to include telephone number and email address). b. The paper should cover the 5 Ws, as applicable. (e.g., What, Where, When, Why and Who). Example focus areas: i. Please discuss any/all relevant current products and services that currently meet or will be able to meet the enclosed requirements. ii. Vendors are encouraged to propose alternative products that may be able to meet or exceed the requirements. iii. As applicable, please discuss how your product(s) was implemented within industry/Government. c. Please discuss, as applicable, proposed hardware used as part of the solution. d. For Foreign companies: Discuss how the proposer will be able to work with the US Government in the future (i.e., US subsidiary or partner) if required. e. Additional documentation accepted (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. 2. Test, Certification and Accreditation (C&A) Documentation: Vendors are requested to provide any supporting documentation illustrating safety certification, government approval, test data, etc. 3. Cost. Interested parties are invited to submit a response to this Sources Sought Announcement. 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 Allison Griffin (allison.k.griffin4.civ@army.mil) and Dr. Kenneth Desabrais (kenneth.j.desabrais.civ@army.mil) no later than November 6, 2025 at 11:59PM 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 Allison Griffin (allison.k.griffin4.civ@army.mil) and Dr. Kenneth Desabrais (kenneth.j.desabrais.civ@army.mil) no later than October 23, 2025 at 11:59PM 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3e62b7538e0d4754bcce56f0cd4f51cf/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN07605153-F 20250927/250925230051 (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.