Solicitation_G-16 Cargo Parachute and Supplies
ID: W912CH-24-R-0080Type: 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 Department of Defense, through the U.S. Army, is soliciting proposals for the supply of G-16 Cargo Parachutes and associated components under Solicitation W912CH-24-R-0080. This procurement aims to establish approximately three Firm Fixed Price, Five-Year Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts, specifically set aside for small businesses, to ensure a reliable supply of critical parachute equipment for military operations. The selected contractors will be required to complete First Article Testing (FAT) for all items, with specific guidelines for waivers, and must adhere to the Berry Amendment for domestic sourcing. Proposals are due by September 3, 2024, and interested parties should direct inquiries to Kaley Weeden at kaley.h.weeden.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The file pertains to solicitation W912CH-24-R-0080 and addresses various contractor inquiries regarding proposal submission requirements. Key points include: the Pricing Workbook must be submitted in Microsoft Excel format and cannot be provided in PDF; the Past Performance Questionnaire must be sent directly to the appropriate officials, not included in the proposal; a signed SF33 cover page and completed clauses and provisions are mandatory for the Administrative Volume; all amendments to the solicitation must be acknowledged; and a statement addressing organizational conflicts of interest (OCI) is required. Moreover, any assumptions made by the offeror need to be documented and should not contradict the solicitation terms. Lastly, discrepancies in quantity requirements between the Pricing Workbook and the solicitation have been resolved through an amendment. This document serves as a clarifying resource for contractors seeking to comply with proposal submission guidelines in federal procurement processes.
    The document, Solicitation W912CH-24-R-0080, includes a Pricing Workbook for submitting proposals related to various parachute components over a five-year period. It includes detailed instructions for completing the workbook, emphasizing that all highlighted yellow cells must be filled out, as the total proposed price is auto-calculated on a summary worksheet. Key items listed for solicitation include cargo parachutes, suspension lines, and several components related to parachute assemblies, each broken down by year and unit prices needing input. The document outlines the rejection criteria if the required fields are incomplete, reflecting the structured and accountable nature of federal contracting processes. The solicitation serves as a guideline for potential contractors to propose competitive pricing, ensuring compliance with government standards and procurement protocols while prioritizing accuracy and clarity for submissions over multiple fiscal years.
    The attachment is a Past Performance Questionnaire for the G-16 Cargo Parachute and Spares federal contract (W912CH-24-R-0080). It requests detailed and accurate information from respondents regarding their relevant contracts, performance quality, scheduling effectiveness, and management relations. The document is structured into three parts: 1. **Identification** where the offeror provides details about the contract and point of contact. 2. **Evaluation** which guides respondents to assess the contractor's quality, project schedule compliance, management/business relations, and subcontract management, using a defined rating scale. Each area requires narrative explanations for ratings given. 3. **General Comments** invite additional relevant insights, followed by a section for respondent identification. This questionnaire collects crucial data that will influence federal contract awards, emphasizing the need for factual input on performance, reliability, and collaboration in managing projects efficiently. By establishing a comprehensive evaluation framework, the document plays a vital role in ensuring that government contracts are awarded to qualified and credible contractors.
    The First Article Waiver Worksheet serves as a formal request for waiving certain testing requirements associated with contract acquisitions in the U.S. federal government. This document stipulates that the contractor must submit their waiver request on company letterhead, signed by an authorized representative, and include pertinent acquisition information such as contract details and item specifications. Requests for waivers can be either partial or full; partial waivers pertain to specific tests, while full waivers seek to eliminate all required First Article Testing (FAT) for the item. The contractor must provide thorough justification for the waiver, citing prior successful tests on the same or similar items, continuous production status, or successful tests on higher assemblies to avoid redundancy. The worksheet also requires additional details regarding any quality issues, changes in manufacturing data, or previously submitted requests for waivers, all backed by relevant documentation. Finally, the contractor must certify that the information provided is accurate, reaffirming their commitment to compliance throughout the waiver process. This structured approach outlines the necessary information and criteria for evaluating waiver requests, facilitating efficient processing in alignment with the broader regulations governing federal contracting.
    The document outlines guidelines for handling Controlled Unclassified Information (CUI) in accordance with the Department of Defense Instruction (DoDI) 5200.48. CUI encompasses U.S. Government’s technical information and other unclassified info requiring safeguarding due to sensitive nature. Key stipulations include mandatory CUI training for contractors, access restrictions based on a valid need, and specific handling protocols for both physical and electronic forms of CUI. The document mandates compliance with CUI marking instructions, secure storage practices, and approved methods for dissemination, emphasizing encryption standards for digital transmission. Additionally, it outlines procedures for disposing of CUI to ensure it is rendered unreadable and incalculable. Contractors must report any losses of CUI promptly to the Government Security Manager, detailing the circumstances and potential impacts. These guidelines are crucial for protecting sensitive information while facilitating government contracts and maintaining operational security in federal RFPs and grants. Adhering to these standards ensures compliance with legal and policy requirements while safeguarding national interests.
    The document outlines the Special Packaging Instructions for a G-16 cargo parachute, providing detailed guidance on the packaging, preservation, and inspection processes compliant with military standards. Key specifications include the National Stock Number (1670-01-657-0128), unit weight (325 lb), and dimensions (47.5”W x 36.5”L x 25”D). Various packaging levels (A and B) and cleaning methods (MIL-STD-2073-1) are specified, with detailed instructions for each component within the parachute kit. The document emphasizes the creation of segregated packs for individual components, including the parachute canopy assembly and deployment bag, and mandates inspections for each step to ensure compliance with military standards. The instructions detail the construction of the shipping boxes, bags, and the assembly process, advising on materials to be used, including ASTM standards for packaging. Additionally, it emphasizes the importance of accurate labeling and provides a structured approach to consolidating items for safety and completeness. The document serves as a crucial guide for suppliers and military personnel to ensure proper handling and storage of critical parachute equipment, reinforcing adherence to federal military packaging and inspection requirements.
    The document is a Pre-proposal Conference Q&A related to solicitation W912CH-24-R-0080 concerning the G-16 Cargo Parachute. It addresses several contractor inquiries regarding missing technical drawings associated with the technical data package, a non-functional link to special packaging instructions, and the expected delivery schedules for multiple orders under the contract. The government responses indicate that these issues have been addressed in Amendment 0002, which updates the technical data package and clarifies delivery expectations. Additionally, the solicitation closing date has been extended from August 5, 2024, to August 26, 2024, to accommodate contractors who are also working on the G-15 solicitation. The overall purpose of this document is to provide clarity and updates related to the RFP process, ensuring that contractors have the necessary information to submit their proposals effectively and within the extended timeframe.
    The pre-proposal conference for Solicitation W912CH-24-R-0080, conducted by the Army Contracting Command at Detroit Arsenal, aims to clarify contractor proposal requirements and evaluation criteria. The solicitation, which is open from June 27 to July 29, 2024, will result in a Firm Fixed Price Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract with a minimum five-year delivery period for various parachute components. Key requirements include successful completion of a First Article Testing (FAT) before production, with specifications for minimum and maximum quantities across several item categories. The evaluation process will focus on past performance, price, and administrative compliance, emphasizing the necessity for comprehensive documentation. Offers must adhere to a 180-day minimum acceptance period, and the government reserves the right to reject proposals that fail to meet specified criteria. The document outlines procedural steps for submission, testing, and potential waivers related to FAT, establishing a framework for vendor engagement in government contracts. The structure of the conference is designed to ensure compliance and facilitate informed proposals that align with government objectives.
    The document addresses questions related to the solicitation W912CH-24-R-0026 for the G-15 Cargo Assembly. Notably, an amendment has been made to include the Specification Conversion Table and Deviation Package attachment, which was also featured in the prior solicitation. Additionally, there is clarification regarding the nomenclature for CLIN 0081, referring to a "Diamond Module." The government confirms that both the commodity name and part number are accurate, despite the lack of an Approved Item Cataloging Name for this module. This situation illustrates the common occurrence where item names and descriptions may not align, which has created confusion. Overall, the document provides essential clarifications regarding procurement specifications, aiming to ensure contractors have accurate and clear information for their proposals.
    The document serves as a Specification Conversion Table and Deviation Package for aerial delivery equipment used by the U.S. Army, effective from May 3, 2024, superseding previous revisions. It outlines specifications, deviations, and alternatives for parachute and associated equipment materials, specifically replacing military standards with current Parachute Industry Association (PIA) specifications. Key sections include an extensive conversion table linking PIA textile and hardware standards to their military counterparts, alternative treatment options, and color matching requirements for parachute canopies. Deviation lists detail modifications to existing specifications, ensuring compliance with updated safety and performance standards. The document emphasizes strict adherence to the latest specifications and directs users to the respective sources for the most current versions, indicating a commitment to quality control in procurement processes. This package is critical for contractors engaged in the bidding and contract execution process, clearly delineating requirements for compliance in federal contracts related to military equipment.
    The amendment to Solicitation W912CH-24-R-0080 serves to revise certain terms and conditions related to a federal contract for the supply of G-16 Cargo Parachutes. This first amendment extends the delivery timeline for specific items and updates requirements related to the First Article Test (FAT), including the submission deadline, delivery schedules, and removal of provisions for partial waivers of FAT. The solicitation close date has also been extended by seven days to August 5, 2024, and proposals must now be submitted electronically. Additionally, the document outlines the structured process for proposal submissions, emphasizing the importance of adhering to formatting and delivery procedures. There are specific instructions regarding volume limits for proposals, evaluation factors, and the necessity for past performance references. The proposal evaluation will consider the contractor's past performance on relevant contracts and requires detailed information about prior work. Overall, this amendment facilitates transparency, compliance, and clear expectations for contractors participating in this government procurement process.
    The document is an amendment to Solicitation W912CH-24-R-0080, specifically Amendment 0002. It outlines modifications to the original solicitation, including changes in special packaging instructions, updates to performance questionnaires, and the incorporation of new drawings. The deadline for submission of offers has been extended by 21 days, moving from August 5, 2024, to August 26, 2024. Key modifications include a revision of the URL for accessing special packaging instructions, updates to attachments regarding past performance submissions, and the addition of specific packaging instructions. The document also reiterates contractual terms that remain unchanged, emphasizing compliance with military packaging standards (MIL-STD-2073-1) and various regulations for hazardous materials. Overall, this amendment is significant for contractors involved in military supply contracts, as it impacts submission procedures and packaging requirements critical for compliance and successful bidding.
    This document serves as Amendment 0003 to Solicitation W912CH-24-R-0080, issued by the U.S. Army Corps of Engineers. The purpose of this amendment is to add Attachment 0007, which contains a Specification Conversion Table and Deviation Package relevant to the solicitation. The amendment clarifies that the contractor must acknowledge its receipt within the proposal submission and states that all other terms of the initial solicitation remain unchanged. The contract type is categorized as a Firm Fixed Price, covering supply contracts and priced orders. The document outlines essential administrative processes for acknowledgment of amendments and modifications, emphasizing that any changes to submitted offers should reference the solicitation and be received prior to specified deadlines. The overall focus of this document pertains to adjustments in procurement processes and contract modifications within the framework of federal RFPs.
    The document details Amendment 0004 to Solicitation W912CH-24-R-0080, issued by the United States Army Corps of Engineers, aimed at revising quantities in the pricing workbook for specific supply items related to military parachute components. The amendment alters the estimated quantities for various line items (CLINs) while extending the solicitation submission deadline by eight days, now due by September 3, 2024, at 3:30 PM EST. Contractors are required to acknowledge this amendment when submitting their proposals. The document also reinforces that all other terms and conditions remain unchanged. By modifying the solicitation's specifics, this amendment ensures accurate procurement for military supplies while facilitating timely responses from contractors. The structured format outlines key administrative details, contractual changes, and submission guidelines, highlighting the procedural adherence within federal contracting processes.
    This solicitation outlines the government's intention to award approximately three Firm-Fixed Price, Five-Year Multiple Award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contracts for various parachute components and accessories. Key items include the G-16 cargo parachute and its associated parts, with specific National Stock Numbers (NSNs) assigned to each component. Notably, the solicitation is a 100% Small Business Set-Aside, encouraging participation from small businesses as dictated by FAR regulations. Proposals must include First Article Testing for the G-16 cargo parachute, with a waiver process outlined. The document emphasizes compliance with the Berry Amendment for domestic sourcing and mandates registration in the System for Award Management (SAM) for eligibility. Pricing is based on ordered quantities across five ordering years, with the government ensuring that all proposals meet the total quantity requirement stipulated in the solicitation. The proposal process includes detailed instructions for submission, including acknowledgment of amendments and compliance with solicitation terms. This document is indicative of the government’s ongoing efforts to procure essential supplies while supporting small business participation and adherence to strict regulatory standards.
    Lifecycle
    Title
    Type
    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.
    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.
    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.
    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.
    10--CHUTE ASSEMBLY,AMM
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 14 units of the Chute Assembly, Ammunition (NSN 1005016583416). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $250,000, with an estimated 11 orders per year and a guaranteed minimum quantity of 2. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available online at the DLA's DIBBS website.
    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.
    16--PILOT CHUTE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of pilot chutes, specifically NSN 1670010523696. The requirement includes a total of 112 units, with delivery to DLA Distribution Depot Hill scheduled in two phases: 110 units due in 378 days and 2 units due in 90 days. These pilot chutes are critical components used in aerospace applications, ensuring the safe deployment of parachutes in various military operations. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    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.