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