Solicitation for G15 Cargo Parachute, Bag, Cargo Aerial Delivery A-24, Parachute, Cargo Extraction Assembly
ID: W912CH-24-R-0026Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW4GG HQ US ARMY TACOMDETROIT ARSENAL, MI, 48397-5000, USA

NAICS

All Other Miscellaneous Textile Product Mills (314999)

PSC

PARACHUTES; AERIAL PICK UP, DELIVERY, RECOVERY SYSTEMS; AND CARGO TIE DOWN EQUIPMENT (1670)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The US Department of Defense, specifically the US Army, seeks three 5-year firm-fixed price IDIQ contracts for small businesses to supply critical cargo parachute systems and associated equipment. These contracts are set aside for small businesses and will result in the procurement of G-15 Cargo Parachutes, Bag, Cargo Aerial Delivery A-24, and Parachute, Cargo Extraction Assembly.

    The solicitation aims to replace older parachute systems with updated specifications while adhering to stringent military standards. Offerors must demonstrate the ability to meet these standards and provide detailed quality assurance provisions. First Article Testing (FAT) is a key requirement, with rigorous inspections and testing to ensure compliance.

    The scope of work for awardees includes fabricating and delivering the specified parachute systems in monthly installments. Contractors must adhere to detailed technical data packages and drawings, with precise specifications for textiles, hardware, and packaging. Delivery schedules vary based on quantity ordered and range from 150 to 390 days, reflecting the complex nature of the work.

    To be eligible, applicants must register under NAICS code 314999 and meet small business qualifications. The evaluation of applications will prioritize past performance and price, with a focus on relevant, recent experience and competitive pricing.

    The estimated total contract value is substantial, exceeding $3 billion for the three contracts combined. Funding is not explicitly mentioned but seems to be sourced from DoD appropriations.

    Interested parties must submit their applications by the extended deadline of 12 August 2024 at 1:00 p.m. EST. The application process requires a structured approach, including a Past Performance Factor Volume, a Price Factor Volume, and an Administrative Volume.

    For any clarifications, the primary contact is Daniel Shallal at daniel.m.shallal.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The government agency seeks to procure specific military cargo parachutes and associated equipment through a multi-year contract. The main goods being procured include the G-15 cargo parachute, cargo aerial delivery bags, and cargo extraction assemblies. These items are required in significant quantities, with annual production targets ranging from 750 to 1,000 units over five years. The solicitation also includes First Article Testing (FAT) for these parachutes in the first year. Offerors must propose prices for different quantity ranges, with pricing structured per unit. The pricing schedules and quantities are detailed in the solicitation, breaking down the first ordering year into five quantity ranges with corresponding weightings. The agency will evaluate proposals based on the offered prices for these goods, with the most competitive pricing being a key award criterion. Critical dates include the submission deadline, with the contract potentially starting in the first ordering year.
    The government agency seeks a first article waiver request for a current acquisition. This request aims to waive or partially waive the first article testing requirements for the acquired item. The justification for this waiver is based on several factors: successful first article tests on recent or similar contracts, continuous material production, and potential duplication of testing efforts. The agency requires detailed information on the manufacturing processes, facilities, and subcontractors involved in the production. Additionally, the waiver request must be supported by relevant documentation outlined in the solicitation. This information will be crucial in the evaluation of the waiver disposition. The request worksheet includes sections for justifying the waiver, detailing any changes from previous productions, and providing pertinent information on quality issues or requests for deviations. The agency encourages bidders to contact the buyer for clarification and submits completed worksheets with their offers.
    The government seeks to procure a comprehensive range of aerial delivery equipment and parachutes for the U.S. Army, emphasizing textile materials and hardware specifications. The primary objective is to acquire these items while adhering to stringent military standards and specific requirements. The scope involves replacing older specifications with current ones, detailing deviation lists for multiple specifications, and outlining engineering changes for certain items like webbing and thread. Contractors will be responsible for delivering these goods while adhering to stringent quality control measures and specified procurement colors, ensuring compliance with the latest revisions of the listed specifications. Key dates include submission deadlines for proposals, with the government prioritizing timely deliveries. Evaluation criteria focus on the quality and compliance of the goods, emphasizing the importance of meeting the detailed technical specifications outlined in the request. Contract details are not explicitly mentioned, but firm commitments and timely deliveries are implied. This procurement aims to ensure the U.S. Army's access to up-to-date aerial delivery equipment, emphasizing the replacement of older stock with the latest revisions and standards.
    The government agency seeks to procure cargo parachutes, emphasizing rigorous quality assurance provisions. The objective is to ensure the parachutes meet stringent military standards. The FAI and Conformance Inspections, with specified AQL and sampling methods, are central to this process. Defect classification and adherence to MIL-STD-849 are crucial evaluation criteria for suppliers, as outlined in the RFP. This procurement likely has a significant focus on the military or defense sector, with detailed inspections required to meet the MIL-DTL-7620 standard. The RFP contains no information on contract details or key dates, but the precise quality expectations for the cargo parachutes are evident.
    The government agency seeks to procure cargo bags for aerial delivery, emphasizing quality assurance provisions. The main objective is to ensure the bags conform to military standards. The cargo bags must undergo First Article and Conformance Inspections, adhering to stringent MIL-STD-849 criteria. Defect classification and sampling methods are outlined, with rejection criteria for non-compliance. This RFP's core focus is on inspecting and certifying the bags to ensure they meet the required military specifications. The concise summary provides an overview of the procurement's essence, highlighting the strict quality assurance processes central to this project.
    The government seeks to procure "Clevis Assemblies" through this RFP, emphasizing strict quality assurance provisions. The primary objective is to acquire these assemblies, which appear to be mechanical components, with a focus on ensuring compliance with detailed specifications. Strict first article and conformance inspections are outlined, involving comprehensive examinations of materials, visuals, and dimensions. The inspections aim to identify and reject non-conforming products, with stringent criteria detailed in Table I. Contractors must submit a quality plan for government approval, ensuring items adhere to technical requirements. The scope involves a significant level of detail, specifying the acceptance criteria, inspection methods, and contractor responsibilities. The contractor must adhere to the sampling guidelines, such as the S-4 inspection level, and provide a quality plan for critical dimension inspections. This RFP indicates a firm commitment to quality control, leaving little room for interpretation regarding the standards expected of prospective suppliers. Contractors will need to demonstrate their ability to consistently deliver high-quality Clevis Assemblies to meet these precise requirements.
    The government agency seeks to procure high-quality extraction parachutes, emphasizing rigorous quality assurance provisions. The primary objective is to ensure compliance with military standards and minimize defects. The FAI (First Article Inspection) and Conformance Inspection procedures outlined in MIL-DTL-7620 and MIL-STD-849, coupled with additional activity-specific classifications, will be employed. The S-2 inspection level and an Acceptable Quality Level of 1.0 indicate a stringent evaluation process. Vendors must adhere to exacting standards, as any non-conformity above the specified defect levels will result in lot rejection. This public release contains detailed guidelines for prospective contractors to follow.
    The government agency seeks to procure deployment bags, specifically focusing on quality assurance provisions. The emphasis is on thorough inspection and adherence to military-grade standards. The first article inspection and conformance inspection, both outlined in detail, aim to ensure the bags meet stringent requirements. Defect criteria are specified, with any deviations leading to lot rejection. This RFP details the quality control process, ensuring the procured deployment bags meet the desired high standards. The agency seeks a reliable supplier for this critical equipment, and the contract is expected to proceed according to military procurement guidelines.
    The government seeks to procure specialized packaging services for sensitive military equipment, specifically parachutes. The objective is to ensure the safe and preserved transport of these parachutes, adhering to exacting military standards. The packaging must conform to detailed specifications, using specific bagging materials and dimensions, while segregation and consolidation instructions are provided for different parachute components. Inspection and identification methods are crucial aspects, with reference to MIL-STD-2073-1 and MIL-STD-129. The work scope involves cleaning, preparing, and packing three different types of parachutes, each with designated bagging requirements, and then consolidating them into a single unit pack. The unit packs must endure testing per MIL-STD-2073-1. Contract details and timelines are not explicitly mentioned, but the detailed nature of the requirements indicates a focused procurement process. Evaluation criteria are likely centered on the contractor's ability to meet these exacting standards and deliver a high-quality, reliable packaging solution.
    The government seeks to procure specialized packaging services for sensitive military equipment. The focus is on ensuring the safe and preserved transport of cargo parachutes, specifying detailed packaging instructions. This includes using specific bag types and sizes, heat sealing, and rigid packaging standards. The packaging must conform to military standards for inspection, cleaning, drying, and consolidation. Segregated pack instructions are provided, ensuring the contents are carefully segregated and identified. The contractor will need to adhere to detailed preparation and packing instructions, using specific container types and closure methods. This is crucial for maintaining the integrity of the parachutes during storage and transportation. The packaging work involves a two-level approach, with Level A using wood-cleated panel board boxes and Level B employing fiberboard weather-resistant boxes.
    The government seeks to evaluate a contractor's performance and quality for a previous cargo parachute and supplies contract. The emphasis is on assessing the contractor's adherence to schedules, quality of workmanship, and management skills. This information will be pivotal in the selection process for future federal contracts. Offerors are required to provide a detailed narrative for each evaluation criterion, rating the contractor's performance as exceptional, very good, satisfactory, marginal, or unsatisfactory. The evaluation focuses on the contractor's ability to deliver high-quality parachutes adhering to government specifications. The deadline for submitting this questionnaire is 1 July 2024, offering a concise overview of the contractor's performance and enabling efficient decision-making in the upcoming procurement process.
    The government seeks to procure specialized technical documentation pertaining to parachute systems. This includes various product drawings, such as static lines, cargo pockets, and deployment lines, along with corresponding lists and inspection drawings. The focus is on providing detailed visuals and specifications for different parachute components. This technical data package serves as a comprehensive guide for manufacturers to ensure accurate and consistent production. Quality assurance provisions and packaging drawings are also outlined, indicating the military's stringent requirements. Key specifications include adherence to MIL-STD-849 inspection standards and various commercial specifications for materials like nylon thread and pressure-sensitive tape. The request emphasizes the use of specific nomenclature and part numbers for precise identification. Contractors are expected to have their own inspection equipment, working from the provided drawings. This comprehensive technical data package aims to facilitate the production of specialized cargo parachutes, ensuring quality, consistency, and compliance with military standards.
    The government agency seeks a contractor to manufacture and supply a specialized batch of high-quality textiles. The focus is on a particular type of backstitching, with strict specifications. The main panel, labeled as Drawing No. 11-1-9534, is emphasized, requiring precise bartacking and seam allowances. The materials must pass quality control, ensuring durability. This is a tightly controlled process, with specific angles, allowances, and even the type of thread (DMC No. 11-1-9534) prescribed. The agency emphasizes that this drawing is the primary release version, with all changes to be directed by the design activity. While no specific quantity is mentioned, the unit weight is noted as 1/4 scale. The RFP likely includes further details on the expected delivery and any associated services, along with evaluation criteria for selecting the most suitable vendor.
    The procurement objective of this government RFP is to acquire a specific pattern for a main panel, indicated by the drawing labeled 11-1-9535, Sheet 2. This pattern focuses on cut lines and location of panel features, with precise measurements and specifications detailed. The agency seeks a precise and accurate depiction, with the drawing being generated and maintained by a CAD system, emphasizing the need for precision and adherence to the provided specifications. The RFP likely includes additional drawings, instructions, or requirements to be supplied by the contractor, as this single sheet provides only a partial glimpse of the overall procurement objective. Can I help you with another file or do you have any further questions?
    The government agency seeks to procure a comprehensive range of technical data and drawings related to parachute systems, specifically focusing on cargo parachutes and pilot parachutes. The main objective is to obtain detailed product drawings, parts lists, and associated documents for these parachute systems. This includes drawings for static lines, deployment bags, and suspension lines, along with quality assurance provisions and packaging drawings. The agency requires precise specifications and standards to be met, referencing numerous military and commercial standards. Key dates and deadlines are mentioned, although specific details are redacted. Evaluation criteria focus on the quality and accuracy of the submitted technical data packages. This RFP appears to support the development and procurement of specialized equipment for military applications.
    The government aims to procure a substantial quantity of specialized electronic devices, with the solicitation specifying a 390-day delivery period, including time for factory acceptance testing (FAT) and production. Key among the contractors' questions is clarity on delivery schedules, which the government seeks to amend to allow adequate production time. The government agrees to extend the solicitation period, offering a two-week extension until July 29th. It also commits to adjusting the delivery rate to 25 units per month for orders under 300 units, accommodating contractors' production capabilities. This procurement emphasizes the FAR 52.211-8 Time of Delivery clause, and the government will exercise discretion in determining selection criteria for each delivery order. Amendments will reflect these changes, providing improved clarity ahead of the revised submission deadline.
    The primary objective of Solicitation W56HZV-24-R-0026 is to procure parachute systems and related equipment for the military. The focus is on fabricating and delivering these systems, emphasizing a distinct effort to meet specific military requirements. The government seeks a Firm Fixed Price Multiple Award Indefinite Delivery Indefinite Quantity contract, guaranteeing a minimum order quantity and allowing for competition among vendors for delivery orders. Key specifications include the fabrication of parachute systems using a provided technical data package, with a stated emphasis on a distinct effort to deliver 550 units in monthly installments of 50 each. The solicitation also outlines detailed contract quantities and maximum order limits for different parachute configurations, emphasizing the importance of a successful First Article Test (FAT) for each item. From the contractor's perspective, the scope of work involves fabricating and delivering the specified parachute systems and potentially establishing a PMP (Property Management Plan) if government property is involved in the contract execution. The solicitation indicates a firm commitment to evaluating proposals based on past performance and price factors, with administrative requirements also featured. The government aims to award contracts without discussions, emphasizing contractor responsibility and the importance of meeting FAR 9.104 criteria. Critical dates include the solicitation's release on May 31, 2024, and the submission deadline on July 15, 2024, at 1:00 PM EST. Offerors must ensure their proposals meet the specified minimum acceptance period, which is set at 180 calendar days. Overall, this solicitation prioritizes the procurement of specialized parachute systems and outlines a comprehensive evaluation process, with clarity on expectations and critical dates.
    The primary objective of Solicitation W56HZV-24-R-0026 is to procure parachute systems and related equipment for the military. The focus is on fabricating and delivering these systems, emphasizing a distinct effort to meet specific military requirements. The government seeks a Firm Fixed Price Multiple Award Indefinite Delivery Indefinite Quantity contract, guaranteeing a minimum order quantity and allowing for competition among vendors for delivery orders. Key specifications include the fabrication of parachute systems using a provided technical data package, with a stated emphasis on a distinct effort to deliver 550 units in monthly installments of 50 each. The solicitation also outlines detailed contract quantities and maximum order limits for different parachute configurations, emphasizing the importance of a successful First Article Test (FAT) for each item. From the contractor's perspective, the scope of work involves fabricating and delivering the specified parachute systems and potentially establishing a PMP (Property Management Plan) if government property is involved in the contract execution. The solicitation indicates a firm commitment to evaluating proposals based on past performance and price factors, with administrative requirements also featured. The government aims to award contracts without discussions, emphasizing contractor responsibility and the importance of meeting FAR 9.104 criteria. Critical dates include the solicitation's release on May 31, 2024, and the submission deadline on July 15, 2024, at 1:00 PM EST. Offerors must ensure their proposals meet the specified minimum acceptance period, which is set at 180 calendar days. Overall, this solicitation prioritizes the procurement of specialized parachute systems and outlines a comprehensive evaluation process, with clarity on expectations and critical dates.
    The primary objective of this procurement, labeled Solicitation W912CH-24-R-0026, is to acquire various components related to military cargo parachutes and aerial delivery systems. Specifically, the focus is on two missing drawings, 11-1-9534 Sheet 2 and 11-1-9535 Sheet 2, which are essential for manufacturing the G-15 Cargo Parachute, along with clarification on drawing 52B6660. Additionally, the solicitation seeks special packaging instructions for two parachute NSNs: 1670-01-647-3116 and 1670-01-647-2680. Offerors are required to bid on all items, which include the G-15 Cargo Parachute, Extraction Parachute Assembly, and Bag, Cargo Aerial Delivery A-24. The government has posted all necessary amendments, including the missing drawings and packaging instructions, on SAM.GOV. This solicitation emphasizes the "all or none" rule, stating that offers must include all items mentioned in the solicitation; partial bids will be considered non-responsive.
    The government agency seeks to extend the offer submission deadline for Solicitation W912CH-24-R-0026, a firm-fixed-price contract for supply purchases. The objective is to provide ample time for prospective vendors to submit their offers. The solicitation aims to procure unspecified supplies or equipment, with a focus on pricing and an extended deadline for receiving completed offers. Vendors must acknowledge the receipt of this amendment and ensure their offers are submitted by the new deadline, Monday, 29 July 2024 at 1:00 p.m. EST.
    The US Army is hosting a pre-proposal conference for W912CH-24-R-0026, an upcoming procurement for which details are scarce. The primary attendees are from the US Army ACC and the meeting aims to clarify the proposal process for potential vendors. It's emphasized that the conference will focus on questions regarding the process itself, with other queries to be answered via SAM.gov. While the exact goods or services sought are not explicitly mentioned, the procurement seems centered around some form of technical or specialized solutions, given the expected attendance of US Army ACC personnel. The conference aims to guide vendors through the proposal submission, offering insight into the evaluation process and any requirements.
    The government agency seeks to extend the offer deadline for Solicitation W912CH-24-R-0026, a firm-fixed-price supply contract. The original due date of July 1st, 2024, at 5:00 p.m. EST is pushed to July 15th, 2024, at 1:00 p.m. EST. This amendment ensures potential vendors have additional time to submit their offers. All other terms and conditions of the solicitation remain unchanged. Vendors are required to acknowledge receipt of this amendment, and those wishing to modify existing offers can do so via specified methods, ensuring their acknowledgment is received by the new deadline.
    The amendment modifies a previous solicitation for a firm-fixed price supply contract. It extends the submission deadline and makes changes related to technical data handling, contract management, and configuration changes. New contract data requirement lists (CDRLs) are introduced for engineering change proposals, requests for variance, and notice of revision, with corresponding revisions to the DD Form 1423. Offerors are now required to prepare and deliver meeting agendas and minutes according to CDRL A001. Configuration change management procedures are detailed, allowing contractors to submit engineering change proposals, requests for variance, and notices of revision for government-provided technical data. The amendment also adds and revises several contract clauses regarding intellectual property rights, technical data handling, and reporting requirements. It emphasizes the need for contractors to submit complete and accurate proposals, providing detailed information on their ability to meet solicitation requirements. The evaluation of proposals will consider past performance and price factors, with volume I dedicated to past performance and volume II to price. Contractors must submit their proposals electronically through the DoD SAFE system, ensuring they arrive within the specified time limits. The minimum acceptance period is set at 180 days.
    The government agency seeks to amend a pre-existing contract or solicitation, extending the deadline for receiving offers. Contractors are required to acknowledge receipt of this amendment and have the option to update their previously submitted offers accordingly. The primary focus of the procurement is on supply contracts and priced orders, specifically revising Section J of the original solicitation. This section entails the addition of two attachments: Attachment 0017, labeled "11-1-9535S002," and Attachment 0018, labeled "TDPL 11-1-9546-1 7-8-24." These attachments contain detailed information regarding the specific requirements and expectations for the supplies or services being procured.
    The primary objective of this procurement is to acquire parachute systems, specifically fabricating and delivering multiple parachute assemblies. The government seeks a firm-fixed-price contract for these supplies. The RFP is a total small business set-aside, aiming to award a single contract. The parachute systems must adhere to specific technical requirements outlined in provided drawings, with offerors responsible for verifying compliance. The requested delivery schedule revised by Amendment 0005 specifies different timelines based on the quantity ordered and whether Final Acceptance Testing (FAT) is required. For instance, CLIN 0011 involves delivering 750 units within 390 days with FAT or 150 days without FAT. Offerors are instructed to submit their proposals electronically, organized into three volumes: Past Performance Factor, Price Factor, and Administrative. Volume I, Past Performance Factor, should include up to two recent contracts demonstrating relevant experience. Volume II, Price Factor, requires a completed Pricing Workbook with proposed ceiling firm-fixed prices for various CLINs. The Administrative volume encompasses general proposal information, signature actions, assumptions, and other administrative details. Evaluation criteria emphasize the past performance factor, with relevance and recency being critical. The government will assess the similarity and quality of the offeror's past contracts to the requested work. Price is also an evaluation factor. The minimum acceptance period for proposals is set at 180 days, and offerors must submit their proposals by the stated deadline. Amendment 0005 has extended the original submission deadline and revised the delivery schedules. Potential offerors are warned against submitting multiple proposals or taking exception to the RFP's requirements, as this may lead to rejection. Instead, a single proposal with one approach is expected. Offerors must also ensure they comply with organizational conflict-of-interest regulations.
    The government agency seeks to extend the offer submission deadline for Solicitation W912CH-24-R-0026, a firm-fixed-price contract for supply purchases. The objective is to provide ample time for offerors to respond, pushing the deadline from July 29th, 2024, to August 12th, 2024, both at 1:00 p.m. EST. All other terms and conditions of the solicitation remain unchanged. This amendment ensures potential vendors are aware of the extended deadline and acknowledges their receipt, avoiding rejection due to untimely submissions.
    The government seeks three 5-year firm-fixed price IDIQ contracts for small businesses to supply cargo parachutes and associated equipment. The main goods procured are: G-15 Cargo Parachutes, Aerial Delivery A-24 Bags, and Parachute Extraction Assemblies. These items are detailed in Section B, with quantity ranges and unit pricing based on ordering year. Offerors must comply with military packaging and preservation standards. First Article Testing (FAT) is required, with details in Section E. Meetings, reports, and configuration management are outlined in Section C, emphasizing contractor responsibilities. Critical dates include a 30-day Start of Work Meeting after contract award and monthly Integrated Project Team meetings. Offerors must register in SAM under NAICS code 314999 for consideration. Pricing is provided in Section B, with a total estimated contract value over $3 billion for the three contracts combined.
    Similar Opportunities
    68 RQS - Parachute Gear
    Active
    Dept Of Defense
    The Department of Defense, through the Davis-Monthan Air Force Base, is soliciting quotes for the procurement of various parachute gear, specifically targeting small businesses under a Total Small Business Set-Aside. The requirement includes a range of parachute equipment, such as United Parachute Technologies Vector 3 Harnesses and Performance Designs Sabre 3 Main Canopies, with a total of 25 line items specified for purchase. This equipment is critical for military operations, ensuring safety and operational efficiency in parachuting activities. Interested vendors must submit their quotes by September 12, 2024, with all questions due by September 10, 2024. For further inquiries, contact Gavin Corcoran at gavin.corcoran.1@us.af.mil or 520-228-5484.
    Synopsis - Parachute Equipment USMA
    Active
    Dept Of Defense
    The United States Military Academy (USMA) is preparing to issue a Request for Quote (RFQ) for parachute equipment intended for the United States Corps of Cadets (USCC). This procurement aims to secure a Firm Fixed Price contract for the supply of parachute equipment, which is critical for training and operational readiness within the military academy. The contract will be set aside for 100% Small Business concerns, with the solicitation expected to be released on or about September 9, 2024, and quotes due by September 13, 2024. Interested contractors must be registered in the System for Award Management (SAM) database, and inquiries can be directed to Leslie Duron at leslie.a.duron.civ@army.mil.
    USMC Specialized Parachutes RFI
    Active
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command (MARCORSYSCOM), is conducting a Request for Information (RFI) to identify potential sources for specialized parachute systems required by the United States Marine Corps. The RFI focuses on three specific parachute systems: the Container Delivery System Parachute, the Joint Precision Airdrop System Parachute, and the life cycle replacement of the Tandem Offset Resupply Delivery System Parachute, each with detailed specifications regarding load capacity, deployment altitude, and compatibility with existing military equipment. This initiative is crucial for enhancing operational capabilities in military logistics and resupply missions. Interested vendors are encouraged to submit their capabilities, including technical data and estimated pricing, to the primary contact, Anthony Plath, at anthony.plath@usmc.mil, or the secondary contact, Eric G. Daniels, at Eric.G.Daniels@usmc.mil, with responses due by the specified deadline.
    Butler TT1000 Gen 3 Bundle Parachute System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Kentucky Air National Guard, intends to award a sole source purchase order for the Butler TT1000 Gen 3 Bundle Parachute System from Butler Parachute Systems, Inc. This procurement involves the acquisition of 25 Low Profile Parachute Assemblies, which are critical for ensuring compliance with Air Force requirements and Technical Orders, particularly for use with AC-130 aircraft. The use of standardized parachutes is essential for mission success and to avoid confusion among aircrew and technicians. Interested parties who believe they can meet the requirements are invited to submit their capabilities in writing by the closing date of September 10, 2024, at 10:00 AM Eastern Standard Time. For further inquiries, contact Alan M. Wade at alan.wade.2@us.af.mil or call 502-413-4439.
    F-16 Fixture Assembly
    Active
    Dept Of Defense
    The U.S. Department of Defense is seeking a firm to provide comprehensive packaging and preservation services for the F-16 Fixture Assembly, a complex project involving meticulous standards and specialized equipment. The aim is to ensure the safe transportation and delivery of goods, adhering to military and international regulations. This solicitation focuses on the packaging, marking, and inspection of sensitive materials, including hazardous goods, according to standards such as MIL-STD 2073-1 and MIL-STD 129. The selected contractor will be responsible for developing innovative packaging solutions, ensuring compliance, and reporting any discrepancies. While the SOW emphasizes the meticulous nature of the work, including stringent deadlines, the RFP outlines a rigorous qualification process for vendors, emphasizing the government's focus on precision and compliance. Contractors must meet the detailed specifications outlined in the source selection criteria, with eligibility also dependent on successful facility and capability assessments. Interested parties should submit quotations by September 9, 2024, with compliance and price being key evaluation factors. Note that this opportunity is not a small business set-aside and restricted to qualified sources only. The estimated value of the contract is in the range of several hundred thousand dollars.
    PARADROGUE ASSEMBLY / 06F, C-130 HERCULES AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, Defense Logistics Agency is seeking offers for the PARADROGUE ASSEMBLY component used in the C-130 Hercules aircraft. This is a presolicitation notice, with the actual solicitation available on or about August 16, 2024, through the DLA Internet Bid Board System (DIBBS). The NSN is 1680-00-068-1356, associated with IQC PR: 1000188208, and the estimated annual quantity required is 120 units. The contract will be an Indefinite Quantity Contract (IQC) for a base period of five years, offering a steady supply of these components. Delivery will occur 260 days after ordering and will be inspected and accepted at the point of origin, while the FOB will be at the destination. The solicitation will be issued as an unrestricted procurement, open to all qualified suppliers. The expected contract type is a firm fixed-price arrangement. Offerors should possess the capability to manufacture and supply the specialized aircraft component, ensuring compliance with the required specifications. Interested parties should register on the DIBBS platform to access the solicitation details, as paper copies will not be available. The latest version of Adobe Acrobat Reader is required to view the solicitation documents. Any questions regarding this opportunity should be directed to Gladys Brown at gladys.brown@dla.mil or via phone at 8042791561. Note: The information provided herein is a preliminary notice and does not constitute a solicitation. Offers should await the official solicitation document scheduled for release in August 2024.
    SPE4A724R0757 – 1670 - TIE DOWN,CARGO,AIRC - HELICOPTER, CHINOOK, CH-47
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 4,442 units of cargo tie-down equipment specifically designed for the CH-47 Chinook helicopter. This critical safety item, identified by NSN 1670-015992776, will be acquired under a firm fixed-price contract, with the solicitation expected to be issued as other than full and open competition. The delivery of the production units is required within 440 days after receipt of the order, with inspection and acceptance taking place at the origin. Interested parties can access the solicitation on the DLA Internet Bid Board System (DIBBS) around September 2, 2024, and should direct inquiries to ReKisha Burton or Latrice Brown via the provided contact details.
    HARNESS, PERSONNEL P
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting bids for the procurement of 2,839 units of Personnel Harnesses (NSN 1670-00-486-4891) under solicitation number 24R0864. This total small business set-aside contract requires delivery within 360 days after receipt of order (ARO), with the specified part number being P/N 68J420-101. The solicitation is crucial for supplying essential military equipment, and interested vendors can access the solicitation documents via the DIBBS website starting September 12, 2024. For further inquiries, potential bidders may contact Michelle R. Scott at mrsama@hotmail.com or Adrienne Davis at Adrienne.Davis@dla.mil.
    CROSS PARACHUT, LCLA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking bids for the procurement of 5,001 units of the LCLA CROSS PARACHUT (NSN 1670-01-551-5433) under contract number PR 7008471426. This solicitation is categorized as other than full and open competition, indicating a restricted bidding process, and the part number for this item is P/N 11-1-7059-1, with a required delivery timeline of 306 days after receipt of order (ARO). The CROSS PARACHUT is essential for military operations, and the contract award will consider factors such as price and past performance. Interested bidders can access the solicitation on the DIBBS website starting September 3, 2024, and should note that hard copies will not be provided. For further inquiries, contact Michelle R. Scott at michelle.r.scott@dla.mil or 804-297-7580.
    PKB Ariel Cargo Delivery Systems and Training SOCCENT
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotations for a low-cost, low-altitude aerial cargo delivery system and a precision-guided aerial cargo delivery system to enhance humanitarian assistance operations in contested environments. The procurement includes six distinct Contract Line Item Numbers (CLINs) that specify various reusable and autonomous delivery systems, along with necessary training for personnel to operate and maintain these systems effectively. This initiative aims to bolster the operational capabilities of SOCCENT while ensuring effective training for partner nations within the Central Command Area of Responsibility (AOR). Interested vendors must submit their quotes by September 9, 2024, and can direct inquiries to Faith Zerber at faith.zerber@us.af.mil or Ramon Jimenez at ramon.jimenez.7@us.af.mil.