COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 5, 2001 PSA #2971
SOLICITATIONS
16 -- PARACHUTE RESERVE AUTOMATIC OPENING CAPABILITY (PRAOC)
- Notice Date
- November 1, 2001
- Contracting Office
- U.S. Army Robert Morris Acquisition Center Natick, ATTN: AMSSB-ACN, Natick, MA 01760-5011
- ZIP Code
- 01760-5011
- Solicitation Number
- W91A2KPRAOC
- Response Due
- December 1, 2001
- Point of Contact
- William Millette (508) 233-6494; Richard Benney (508) 233-5835
- E-Mail Address
- click here for POC (william.millette@natick.army.mil; richard.benney@natick.army.mil)
- Description
- The US Army Soldier Biological and Chemical Command, Natick Soldier Center (SBCCOM-SSC)in Natick, MA, is conducting a market survey for technical information on methods to achieve a cost-effective, highly reliable system that will detect malfunctions and automatically initiate activation of the reserve parachute during low-altitude parachuting operations. The desired characteristics for such a system (in priority order) are as follows: (1) compatible with current and future mass tactical assault personnel parachute systems including the current T-10C and MC1-1C main parachutes with the Modified Improved Reserve Parachute System (MIRPS), as well as the Advanced Tactical Parachute System (ATPS) currently under development, (2) capable of operating from rotary- and fixed-wing aircraft at speeds from 90 to 150 KIAS and altitudes above ground level from 500 to 1500 feet, (3) able to detect and activate with .995 reliability at 90% confidence for total malfunctions (threshold) and with .99 reliability at 90% confidence for partial malfunctions (goal) while providing .995 reliability at 90% confidence that the system will not inadvertently activate (e.g., onboard the aircraft, during a towed jumper event, or under a full-open main canopy), and (4) cost of system from $300 (goal) to $500 (threshold). The science and technology effort in the area of applied research and experimental development being considered is on the order of $0.5M-$1M per year for four years. Proprietary information will not be disclosed outside the U.S. Government. All interested firms, regardless of size are encouraged to respond to this request for information. It should be noted that this is a market survey, not a pre-solicitation notice. A pre-solicitation notice will be published if a formal solicitation is generated. No awards will result from this market survey. Nothing shall be construed herein or through the market survey process to commit or obligate the Government to further action as a result of this market survey. Firms responding to this market survey shall bear all risk and expense of any resources used to provide the requested information, and all information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Respondents must submit their product brochures, technical data, or other information concerning performance and cost within 30 days of this publication. Responses may be sent via email to william.millette@natick.army.mil or by regular mail to US Army SBCCOM, Natick Soldier Center, AMSSB-RAD-AT(N) (ATTN: William Millette), Kansas Street, Natick, MA, 01760, Telephone (508) 233-6494, Fax (508) 233-5000. An alternative point of contact (POC) is Richard Benney, Richard.Benney@natick.army.mil, (508) 233-5835. No solicitation document exists at this time. This market survey is for information and planning purposes only. This is not an Invitation for Bid (IFB) or a Request for Proposal (RFP) and is not to be taken as a commitment by SBCCOM-SSC. See Note 25.
- Record
- Loren Data Corp. 20011105/16SOL015.HTM (W-305 SN5120V4)
| 16 - Aircraft Components and Accessories Index
|
Issue Index |
Created on November 1, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|