88 TES Parachute Gear
ID: F3GEBD4344A001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4861 99 CONS LGCNELLIS AFB, NV, 89191-7063, 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, specifically the Department of the Air Force, is seeking proposals for the procurement of parachute gear, including Vector 3 Micron/M-Series Harness/Container items, under a Total Small Business Set-Aside. The contract encompasses various models of parachute systems, including the Silhouette 230, Silhouette 260, and Silhouette 210 canopies, with specific requirements for customization, safety features, and compliance with military specifications. This procurement is critical for maintaining operational safety and standardization within the Air Force's parachuting operations, as the current harnesses have reached the end of their operational life. Interested vendors should contact Erin Lilly at erin.lilly.1@us.af.mil or Agatha Keith Morrison at agatha.morrison@us.af.mil for further details and to ensure compliance with the submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a government Request for Proposal (RFP) detailing the procurement of Vector 3 Micron/M-Series Harness/Container items. It specifies four line items, each containing specific features such as center flap piping, custom logo and name embroidery, adjustable harnesses, and sizes in varying colors like blue, green, and red. The proposals include one unit of the V358 model with two different customizations, six units of another V358 model, and five units of the V375 model, all tailored for parachute gear requirements. Furthermore, it emphasizes that only brand new items will be accepted. The final line item outlines shipping and handling, indicating that the total order consists of multiple items under a single shipping request. This RFP reflects the government's commitment to sourcing high-quality parachuting equipment while ensuring compliance with specific branding and customization standards.
    The document outlines a government Request for Proposal (RFP) for specific parachute gear, including harnesses and parachutes. It specifies the requirement for brand new items only, categorizing the items into nine different line items associated with the Vector 3 Micron/M-Series harnesses and Performance Designs parachutes. The first two items detail various models of Vector 3 harnesses, with quantities of 8 and 5 respectively, followed by several models of Performance Designs parachutes with quantities varying from 2 to 8. Additional line items include a request for custom logo digitizing and shipping/handling arrangements. The emphasis on "brand name requirement" suggests that the procurement is focused on quality and recognized standards for safety equipment. This RFP serves to source essential skydiving gear to enhance operational safety and performance for its intended users.
    The document outlines a Single Source Justification for the acquisition of specific parachute gear by the 88 Test and Evaluation Squadron (TES) under the United States Air Force (USAF). Specifically, the request is for 13 units each of Vector 3 M Series Parachute Harnesses and Silhouette Canopies from United Parachute Technologies, LLC, authorized in the Air Force Personnel Parachute Program. The current harnesses have reached the end of their operational life, necessitating this purchase to maintain standardization and cost-effectiveness. The requirement will be advertised as a Total Small Business Set-Aside on sam.gov, with efforts to promote competition. Additionally, future market research will be conducted to explore other brands that meet military specifications, ensuring competition and reducing reliance on single-source suppliers. A determination by the contracting officer confirms that only one source is viable for this contract action, in accordance with federal acquisition regulations.
    The provided document outlines specific design elements for the branding and logo of a project or initiative, emphasizing color schemes and visual components. The main features include a white wing design with silver skin and smoke hair, accompanied by burgundy shirts and black globes set against black and silver outlines. These specifications appear to serve as guidelines for creating a cohesive visual identity, which is essential in applications such as federal RFPs, grants, and local tenders where brand consistency can impact proposals. The document is structured over two pages, with clear segmentation of elements like the reserve flap logo and the sidewall logo, emphasizing the importance of design in effectively communicating the project's intentions and identity within government documentation.
    This document outlines specifications for a skydiving canopy order, detailing the main canopy under the model "Silhouette 210" and reserve canopy "Optimum 235." It includes essential order information such as dealer name, customer name, and serial numbers, along with assembly and component specifications. The canopy features an array of black parts, embroidered logos, and custom details tailored for the user. Key elements include the pilot chute specifications, handle configurations, and additional options like a Skyhook RSL and magnetic riser covers. Special instructions direct attention to custom embroidery requirements. This order likely falls under government RFPs or grant-funded projects aimed at enhancing safety equipment, emphasizing precise specifications and customization for user needs in parachuting applications. The well-structured format ensures clarity in component identification and assembly requirements, aligning with the operational standards expected in government procurement.
    This document serves as an order and specifications sheet for a parachute system, including components for the main canopy "Silhouette 230" and reserve canopy "Optimum 235." It outlines essential details such as the dealer and customer information, serial and sales order numbers, and various component specifications with color codes. The document includes distinct sections for container parts, embroidery configurations, handle specifications, and additional options like a Skyhook RSL and hook knife. Chronicling a variety of parts, most are listed as "BLK" (black), indicating the primary color for much of the gear, while specific embroidery and logos are also designated for customization. Special instructions emphasize sidewall embroidery and reserve flap logos. Overall, this file reflects precise ordering and customization processes pertinent in government contracts related to grant-funded operations, ensuring that all specifications are met for compliance and quality standards in the delivery of safety equipment such as parachutes.
    This document outlines a sales order and specifications for canopy equipment, specifically a main canopy model Silhouette 260 and a reserve canopy model Optimum 235. Included are details on required assembly, parts, optional features, and special instructions. The document categorizes components into various sections, detailing colors, custom embroidery, and materials used, such as black hardware and specific handle types. The harness and riser details emphasize safety features, including Louie Loops and a soft handle for the reserve parachute. There is a focus on personalization options, including sidewall embroidery and logos. This information appears essential for ensuring compliance with safety standards and customizing the equipment according to the client's specifications. Overall, the document serves to facilitate the ordering process for specialized canopy equipment, evidencing the importance of detailed specifications in government RFPs and grant applications where technical precision is critical.
    The document outlines a solicitation for commercial products/services under the solicitation number F3GEBD4344A001. It invites proposals from vendors, specifically targeting small businesses classified under NAICS code 314999 with a limit of 550 employees. The anticipated contract type is a Firm Fixed Price, with specific delivery requirements to Nellis AFB, NV, within 90 days of order receipt. Vendors must be registered in the System for Award Management (SAM) prior to award. The evaluation process will follow a lowest-priced, technically acceptable (LPTA) basis, requiring bidders to submit complete quotes to be considered responsive. A variety of clauses and requirements are incorporated by reference, emphasizing compliance with federal regulations regarding telecommunications, representation, and environmental concerns. The submission deadline for quotes is February 18, 2025, with the submission process conducted via email. Overall, this RFP reflects the government's initiative to procure necessary items while ensuring that the process adheres to established federal contracting regulations, emphasizing small business participation and compliance with technical requirements.
    Lifecycle
    Title
    Type
    88 TES Parachute Gear
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tandem Parachute Harness
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of tandem parachute harnesses through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 339999, which pertains to all other miscellaneous manufacturing. The parachute harnesses are critical for aerial operations, including delivery and recovery systems, and are categorized under the PSC code 1670. Interested vendors can reach out to Shawn Williams at shawn.t.williams38.mil@army.mil or by phone at 636-579-9327, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the submission process and deadlines.
    CANOPY RELEASE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is preparing to solicit a firm-fixed price Request for Proposal (RFP) for the procurement of parachute-related items, specifically NSN 1670-008666878. This procurement is classified as a critical application item, and it is restricted to an approved source, Mission Systems Davenport Inc., requiring engineering source approval for any alternate offers. The estimated quantity for this contract is up to 337 units, with delivery expected within 600 days after the order, and the solicitation will be available approximately on February 5, 2025. Interested parties can reach out to Helen Davis at helen.davis@dla.mil for further inquiries.
    Tactical Aid & Ballistic Inserts
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of Tactical Aid to Flotation devices and Padded Ballistic Inserts, intended for use with FirstSpear Aviation Body Armor Vests. The requirement includes 280 Tactical Aid to Flotation devices and 420 Padded Ballistic Inserts, emphasizing the need for these critical protective items to enhance the safety and operational readiness of military personnel during various in-flight operations. This procurement is particularly important as it addresses the safety concerns associated with the Aviation Body Armor Vest (ABAV), which has been evaluated for its effectiveness and comfort in operational settings. Proposals must be submitted by February 21, 2025, at 3:00 P.M. Mountain Daylight Time, and interested parties can contact A1C Christian London at christian.london@us.af.mil or SrA Micaiah Lampkin at micaiah.lampkin@us.af.mil for further information.
    16--CANOPY,PARADROGUE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for the procurement of canopy components for paratrogue applications. This solicitation aims to acquire essential aerospace craft components and accessories, specifically categorized under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The goods are critical for military operations, ensuring the functionality and safety of airborne equipment. Interested vendors should direct their inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    USAF Honor Guard MASSIF Jacket BPA
    Buyer not available
    The Department of the Air Force is seeking proposals for a Blanket Purchase Agreement (BPA) to procure MASSIF jackets for the USAF Honor Guard, aimed at ensuring safety and uniformity during outdoor winter training from October 15 to April 15. The jackets must adhere to stringent specifications, including flame resistance and waterproofing, and feature multiple functional elements such as pockets and adjustable components. This procurement is crucial for maintaining service readiness and uniform standards in challenging seasonal conditions, with a total budget capped at $450,000 and a performance period from March 1, 2025, to February 28, 2029. Interested vendors must submit their quotes in accordance with the guidelines outlined in the solicitation, and inquiries can be directed to SSgt Robert Stinson at robert.stinson.3@us.af.mil or Joseph Trevino at joseph.trevino.5@us.af.mil.
    10--HARNESS,W32
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of harnesses under the solicitation titled "10--HARNESS,W32." This opportunity is set aside for small businesses and aims to fulfill requirements related to the manufacturing of small arms, ordnance, and ordnance accessories, classified under NAICS code 332994. The goods procured are critical for military operations, ensuring the effective functioning of weapon systems. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    16--HARNESS SET,AIRCRAF
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of harness sets for aircraft, as outlined in a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The harness sets are critical components in the aerospace industry, ensuring the functionality and safety of aircraft systems. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    10--CHUTE,EJECTION
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for the procurement of ejection chutes, classified under the NAICS code 332994, which pertains to Small Arms, Ordnance, and Ordnance Accessories Manufacturing. This solicitation aims to fulfill critical requirements for military applications, emphasizing the importance of reliable and efficient ejection systems in defense operations. Interested vendors are encouraged to direct any inquiries regarding this solicitation to the buyer listed in the solicitation document, accessible via the DLA's DIBBS platform, with all communications to be sent to DibbsBSM@dla.mil. Further details, including deadlines and specific submission requirements, can be found in the solicitation documentation.
    16--HARNESS SET,AIRCRAF
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 42 units of the Harness Set, Aircraft (NSN 1680017084299). This solicitation, categorized as a Combined Synopsis/Solicitation, aims to acquire essential components for aircraft, which play a critical role in ensuring operational readiness and safety. Interested vendors are required to submit their quotes electronically, as hard copies will not be provided, and all submissions must be received within 578 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    NSN 1670-01-502-9043 DROGUE, PARACHUTE STATIC LINE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking offers for the procurement of 92 units of the drogue parachute static line, identified by NSN 1670-01-502-9043. The contract is set to be unrestricted and will include an option for an additional 100% of the quantity, with a required delivery timeframe of 658 days from the award date. This item is specifically manufactured for military use, underscoring its critical role in defense operations. Interested suppliers should prepare to submit their proposals by the closing date of March 21, 2025, with the solicitation expected to be issued around February 20, 2025. For further inquiries, contact John Tubbs at 614-692-6976 or via email at John.Tubbs@dla.mil.