Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1998 PSA#2112

U.S. ARMY SOLDIER SYSTEMS COMMAND, ACQUISITION CENTER, AMSSC-AD, NATICK MA 01760-5011

16 -- EXTRACTION PARACHUTE JETTISION DEVICE SOL DAAN02-98-T-1186 DUE 070198 POC Contract Specialist Elaine Scarnici FAX Number (508)233-5286 (Site Code DAAN02) The US Army Soldier Systems Command (SSCOM) seeks a Non-Developmental Item, (NDI) for an Extraction Parachute Jettison System (EPJS), on a full and open competitive basis. There is a need to jettison extraction parachutes during heavy equipment airdrop malfunctions, when extraction parachutes have been deployed, but the airdrop load (primarily Army loads) cannot be extracted from the aircraft. If the extraction parachute is not released, the aircraft may rapidly lose altitude, causing catastrophic loss of life and/or material. The EDJS will allow safe and reliable jettisoning of extraction parachutes during any extraction malfunction. The requirement is for a brand name item, the DL 15 made by FXC Corporation, or equivalent. It is required that the EPJS have the following capabilities: (1) Able to release parachutes attached to heavy airdrop loads under drag forces in the range of 150 to 15,200 pounds (95,000 pounds desired upper limit). (2) Operate with all crew members forward of all loads to be extracted. (3) Not degrade the overall reliability of the current airdrop system. (4) Not compromise existing aircrew emergency aft restraint procedures. (5) Compatible with the size and weight constraints of the aircraft cargo compartment and existing airdrop rigging. The following capabilities are desired: (1) Compatible with current heavy equipment loads and rigging for both single and sequential platform airdrops. (2) Have a backup operational capability, not requiring aircraft power. (3) The EPJS component should be reusable at least 20 times without activation (threshold) and after 20 activations (objective). (4) Have an individual airdrop reliability of at least 0.99. (5) Compatible with all airlift transport aircraft types responsible for airdropping heavy equipment. (6) Can be rigged, inspected, monitored, and operated by one loadmaster, possibly wearing cold weather clothing, located at the loadmaster station of the aircraft. (7) The maximum weight of the entire system should be 10 pounds or less. (8) The system should have an indicator to show status of rigged, armed, and activated. (9) Be capable of use and storage in all climactic categories (hot, basic, and cold) associated with airdrop operations. The purpose of this acquisition is to purchase an NDI EPJS for technical feasibility testing and follow-on developmental/operational testing, leading to down selection for a single item for production. The Government anticipates that this acquisition, utilizing the best value concept, may result in one or more purchase orders whereby an estimated 2-3 each EPJSs are purchased for technical feasibility testing. Upon successful completion of technical feasibility testing, contract(s) may be awarded for an additional estimated 30 each for developmental/operational testing. Based on the results of developmental/operational testing, a down selection process to a single product will be conducted following the advisory multi-step process outlined in FAR Part 15.202. It is anticipated that this will result in one Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. This single product will be purchased in production quantities, with a base year and four option years. It is estimated that 300 each complete EPJSs and an additional 700 each Extraction Parachute Jettison Devise (EPJDs), the expendable component of the EPJS, will be ordered during the base year of the IDIQ contract. The following documentation shall be used to evaluate offers in descending order of importance: (1) Literature (catalogs, brochures, technical manuals, etc.) to substantiate claim as a Non-Developmental Item; (2) Contractor test data to include reliability data; (3) Ability to be flexible to meet a required delivery date; (4) Warranty/ liability; and (5) Price. Written responses to the quotation should also include details on the design, type of material, and design verification approach and capabilities; projected unit price for the EPJD for the initial test quantity, the follow-on test quantity, and the production quantity (supporting cost/pricing data is not required); technical and/or operators manuals; and the projected delivery schedule in terms of capability of producing the minimum and maximum number of EPJDs per month with the anticipated lead time. Following the evaluation of all responses, the Government will select the quotation(s) that meets the Governments specifications, price consideration and fulfills all the Governments requirements. The Government will evaluate all responses submitted and provide a written response to the offeror within ten (10) days of receipt of the quotation. Firms requesting a copy of the quotation shall submit the request in writing by faxing to (508)233-5286, or by E-Mail to escarnic@natick-amed02.army.mil. All requests must be submitted within 15 days of publication. Telephone calls will not be accepted. Firms will not be reimbursed for any costs associated with the preparation of the quotation. (0156)

Loren Data Corp. http://www.ld.com (SYN# 0184 19980609\16-0010.SOL)


16 - Aircraft Components and Accessories Index Page