Next Generation Static Line Parachute (NGSL-P)
ID: W911QY-25-RFI-NGSL-PType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

All Other Miscellaneous Textile Product Mills (314999)

PSC

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

    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC), is seeking potential sources for the development of a Next Generation Static Line Parachute (NGSL-P) to enhance mass tactical airborne infiltration operations. The objective is to gather preproposals for a preliminary system design that will support a prototype project, focusing on the main parachute and harness assemblies while ensuring compliance with the Berry Amendment and the Buy American Act. This initiative is critical as it aims to improve the safety and efficiency of airborne operations, replacing the current Advanced Tactical Parachute System (ATPS) T-11. Interested parties must submit their preproposals by June 30, 2025, to Brian Huffman and Allison Griffin via email, with no funding currently available for this sources sought announcement.

    Point(s) of Contact
    Files
    Title
    Posted
    The NGSL-P Solicitation Q&A document addresses pertinent inquiries regarding the development and testing of the T-11R parachute system. It confirms that performance parameters are fixed but allows suggestions for improvements during the full proposal phase. The anticipated costs should encompass efforts through Phase 3, and the government will supply necessary test integrations to Phase I participants. Subcontractor partnerships, alternative weight configurations, and the reuse of existing designs are permitted to enhance project outcomes. Testing will occur under standard atmospheric conditions at Yuma Proving Ground, with performance measurements taken using standard government instrumentation. Documenting technological readiness levels is flexible with no specified format, and the ANSUR II anthropometric model is recommended for harness compatibility. The document outlines that there are no explicit priority items for system improvements, and appropriate lead times for sample production will be defined in the solicitation. This Q&A serves as a guideline for contractors engaging in the RFP process, clarifying expectations and requirements for compliance and innovation in the parachute project.
    The document outlines performance parameters for the Next Generation Static Line Parachute (NGSL-P) system, detailing specific requirements for various components to ensure operational efficiency and safety for paratroopers. Key performance metrics include a weight range of 160 to 400 pounds, with a maximum main parachute system weight of 35 pounds (or ideally 28 pounds). The packed volume for the main parachute system is to be restricted to 2.0 cubic feet, with an objective of 1.5 cubic feet. The minimum exit altitude is not to exceed 500 feet, and the canopy should enable a malfunction detection time within 4 seconds. Additional standards include maximum impact descent rates not surpassing 18 feet per second and oscillation stability of 15 degrees post stabilization. Key compatibility details indicate the harness design must allow for individual fitting and integration over body armor and equipment, ensuring even weight distribution. The main parachute system must also be compatible with the T-11R reserve canopy assembly. This document serves as a crucial foundation for government Request for Proposals (RFPs) or grants related to advanced parachute systems and highlights the rigorous safety and performance standards necessary for military parachuting operations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Sources Sought Notice: Parachute, Cargo (NSN: 1670-00-872-6109)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is seeking qualified small businesses to provide cargo parachutes under a five-year, firm-fixed-price contract (NSN: 1670-00-872-6109, Part Number: 11-1-555). The procurement involves a guaranteed minimum quantity of 45 units and an estimated maximum of 1,691 units, with a requirement for First Article Testing to ensure quality and compliance with military standards. These parachutes are critical for aerial delivery and recovery operations, emphasizing the importance of reliability and performance in military logistics. Interested vendors must submit proposals by January 5, 2026, and direct any inquiries to Fady Cholagh at fady.s.cholagh.civ@army.mil or 520-725-5289, with questions due by October 5, 2025.
    PARACHUTE, PERSONNEL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking procurement for personnel parachutes and related aerial delivery systems under contract number SPE4A723F5200. This opportunity involves the acquisition of parachutes, aerial pick-up, delivery, recovery systems, and cargo tie-down equipment, which are critical for various military operations and logistics. Interested vendors can reach out to Michelle Scott at 804-279-1221 or via email at Michelle.R.Scott@dla.mil for further details regarding this procurement. The justification for this contract is documented in the associated file, SPE4A723R0370SPE4A723F5200 JA.pdf.
    Sling, Survivors, Res
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking procurement for "Sling, Survivors, Res," which falls under the category of miscellaneous aircraft accessories and components. The specific requirements and objectives of this procurement are not detailed in the available information, as the posting has been redacted. However, the goods are likely critical for supporting military aviation operations and ensuring the safety and effectiveness of aircraft. Interested parties can reach out to Juline Tenorio at Juline.Tenorio@dla.mil or by phone at 804-279-6181 for further inquiries, while Yalier Fuster is also available at YALIER.FUSTER@DLA.MIL or 804-279-4723 for additional assistance.
    10--CHUTE,EJECTION
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 12 units of the Ejection Chute (NSN 1005015521226). This solicitation is classified under the NAICS code 332994, which pertains to Small Arms, Ordnance, and Ordnance Accessories Manufacturing, highlighting the critical nature of these components for military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline of 0812 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil or access additional information through the DLA's solicitation portal.
    NSN 1670-012363820, CANOPY,EJECTION SEA, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC-
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of 185 units of the Ejection Sea Canopy, identified by NSN 1670-012363820. This solicitation is classified as unrestricted and aims to fulfill a requirement for a critical component used in aircraft operations, specifically for the Stratolifter C/KC. Interested vendors should note that the required delivery timeframe is 921 days after receipt of order, and the evaluation for contract award will consider price, past performance, and other factors. For further details, potential bidders can access the solicitation on the DIBBS website, and inquiries can be directed to Grayson Andrews at grayson.andrews@dla.mil or Kenneth Wideman at Kenneth.Wideman@dla.mil.
    Advanced Technology Anti-Gravity Suit (ATAGS) RFI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources capable of evaluating Elevate Textiles' W5955 fabric for use in Advanced Technology Anti-Gravity Suits (ATAGS) and Legacy G-suits. The procurement aims to address obsolescence challenges associated with current materials, with a one-time acquisition planned for fiscal year 2026. The selected contractor will be responsible for testing the W5955 fabric according to ASTM and AATCC methods, providing all necessary equipment and materials, and delivering a comprehensive Test Report. Interested parties must submit their responses by October 30, 2025, detailing their capabilities and past experience in textile testing for military applications, with inquiries directed to Shemica Miller at shemica.miller@us.af.mil or John Middlebrooks at john.middlebrooks@us.af.mil.
    Drop Zone Safety Officer DZSO Complete Kit
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a comprehensive Drop Zone Safety Officer (DZSO) Complete Kit. This kit includes various components such as wireless controllers, light modules, wind direction indicators, and other essential equipment designed to enhance safety and operational efficiency during airborne drop zone activities. The goods are critical for ensuring the safety of personnel and equipment during airborne operations, particularly at Camp James E. Rudder, Eglin Air Force Base, FL. Interested small businesses are encouraged to reach out to Christian Quinn at christian.j.quinn3.mil@army.mil for further details, as this opportunity is set aside for total small business participation under FAR 19.5.
    Next Generation Command and Control (NGC2) Capability Characteristics
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking industry collaboration to enhance its Next Generation Command and Control (NGC2) capabilities through a Special Notice announcement. The initiative aims to reimagine the Army's enterprise data architecture and operational software framework, focusing on solutions that improve network and transport layers, data analytics platforms, and user experiences. This effort is critical for developing agile, high-performance networks that can adapt to a data-rich operational environment, as highlighted by recent findings from the Network Modernization Experiment (NetMod-X), which emphasized the need for leaner software and dynamic network architectures. Interested vendors must ensure they are certified by the Joint Certification Program (JCP) to access the controlled attachment and are encouraged to mark themselves as interested to receive updates; for inquiries, they can contact Quentin Sica at quentin.sica.mil@army.mil or Christopher Fisher at christopher.m.fisher24.civ@army.mil.
    SUGV CHASSIS,QUAD V
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources for a one-time purchase of the SUGV Chassis, Quad V (NSN 1385-01-659-6533). Interested suppliers must provide information to become an approved source for this item, which is currently manufactured by Teledyne FLIR Unmanned Ground Systems, Inc. The procurement is critical for supporting military operations, and suppliers are encouraged to complete the attached market survey detailing company capabilities, item characteristics, and pricing data by the deadline of 1:00 PM EST on December 18, 2025. For further inquiries, interested parties may contact Garrison Ball at garrison.ball@dla.mil or by phone at 614-692-8861.
    3-Season Sleep System & Components
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of a 3-Season Sleep System and its components. This opportunity includes a complete system, sleeping bags, and various components, with specific National Stock Numbers (NSNs) and interchangeable quantity requirements outlined for each item. The procurement is significant for military operations, providing essential sleeping gear for troops, and will be solicited in two equal lots, with one lot set aside for small businesses and the other unrestricted, emphasizing a preference for HUBZone small business concerns. Interested vendors should prepare to submit a Product Demonstration Model and certified test reports as part of their proposals, with the solicitation expected to be posted on the DLA Internet Bid Board System (DIBBS). For further inquiries, potential bidders can contact Turkessa Cook-Muhammad at turkessa.cook@dla.mil or Maria Sesso-Punzo at maria.sesso-punzo@dla.mil.