Advanced Cargo Parachute Release System (ACPRS)
ID: W911QY-25-R-ACPRSType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY

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 Contracting Command – Aberdeen Proving Ground, is seeking to award a Firm Fixed Price contract for the Advanced Cargo Parachute Release System (ACPRS) to WAMORE, Inc., the sole manufacturer of this system. The procurement aims to acquire components necessary for the continued validation, demonstration, and operational testing of the ACPRS, which is integral to the Advanced Low Velocity Airdrop System (ALVADS) capabilities. The components are uniquely designed and have successfully passed Government First Article Testing, underscoring their critical role in military operations. Interested parties should direct their inquiries to Joel Taylor or Andrew Richard via email by 1500 EST on August 9, 2025, as no solicitation document is available and the government will not cover any associated costs.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    PARACHUTE, PERSONNEL
    Buyer not available
    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.
    Controller W, AIRPR
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight (8) Controller W, AIRPR units, identified by part number 773040-2 and national stock number 1660-01-164-4292. This procurement is a combined synopsis/solicitation under solicitation number 70Z03826QJ0000020, which requires that all items have traceability to the Original Equipment Manufacturer (OEM), Hamilton Sundstrand Corporation, ensuring compliance with federal regulations. The anticipated award will be made on a sole-source basis, with a firm-fixed price purchase order expected to be issued around January 5, 2026. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    ACT/Lockheed spare aircraft parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    APS PALLET
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of APS Pallet items, which are critical components in aircraft operations. The procurement requires suppliers to provide FAA-certified parts accompanied by an FAA Authorized Release Certificate, ensuring compliance with stringent quality and safety standards. These items are essential for maintaining the operational readiness of military aircraft and are classified as Critical Application Items (CAI). Interested vendors must submit their proposals electronically to Samuel Everett at SAMUEL.EVERETT@DLA.MIL, adhering to the specified guidelines, with the understanding that only newly manufactured spares will be accepted, and the deadline for submissions is yet to be determined.
    Accumulator, Replenisher System
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC-RI), is seeking quotes for the procurement of Accumulator Replenisher Systems, with a firm-fixed-price contract to be awarded to the lowest-priced, responsive, and responsible vendor. This solicitation is a brand name buy restricted to Parker Hannifin and requires compliance with various federal regulations, including electronic invoicing via Wide Area Workflow (WAWF) and a Certificate of Conformance. The Accumulator Replenisher Systems are critical components for military operations, ensuring the efficient replenishment of accumulators used in various applications. Quotes are due by 6 PM CST on December 9, 2025, and interested vendors should contact Andrew Owens at andrew.m.owens16.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.
    Intent to Procure: CARA AN/APN-232 Receiver Transmitter (NSN:5841-01-349-9175)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, intends to procure the AN-APN 232 Combined Altitude Radar Altimeter (CARA) Receiver-Transmitter from Symetrics Industries, LLC, dba Extant Aerospace. This procurement involves a firm fixed price request for proposal for the manufacture of 11 units of the Receiver-Transmitter, which is critical for transmitting and processing altitude-related data for various avionics systems, operating effectively from 0 to 50,000 feet. The unique technical specifications and proprietary knowledge required for this equipment render Symetrics Industries the sole source capable of fulfilling this requirement, as the government does not possess the necessary technical data. Interested parties may contact Vanessa Moes at vanessa.moes.1@us.af.mil for further information, with the proposal expected to be released on or before December 11, 2025.
    SOL: N0038326Q0061
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of personnel parachute pack assemblies, identified by NSN: 1670 014672052 and P/N: 3615AS1000-5, with a total quantity of 63 units required for the country of Taiwan. This procurement is critical as it ensures the operational readiness and safety of parachute systems used in various military applications. Interested vendors should note that inquiries can be directed to Kristen Florczak at 215-697-3770 or via email at kristen.n.florczak.civ@us.navy.mil for further details regarding the solicitation process.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from qualified companies regarding small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor. The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), and mission computers, that meet specific performance and production criteria. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to develop interceptors that are smaller, more cost-effective, and capable of high-volume production. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Paratech Airbags
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Paratech Airbags, including a Model 140 133.5 Ton-8 Lift Bag Set and a Master Control Kit G2, for use at Eielson Air Force Base in Alaska. This procurement is justified as a single-source acquisition due to the specialized nature of the safety and rescue equipment required for military operations. The selected products are critical for ensuring effective rescue and safety operations, underscoring their importance in maintaining operational readiness. Interested parties can reach out to Tara Richmond at tara.richmond@us.af.mil or Justin Williams at justin.williams.18@us.af.mil for further details regarding this opportunity.