Closed Solicitation · DEPT OF DEFENSE
AI Summary
The U.S. Army Combat Capabilities Development Command is seeking sources for the Next Generation Static Line Parachute (NGSL-P) to enhance mass tactical airborne operations. Interested parties must submit a Broad Other Transaction Authority Announcement (BOTAA) preproposal by June 30, 2025, to designated contacts. The project aims to develop a preliminary design for a parachute system, focusing on main canopy and harness assemblies, while ensuring compliance with relevant regulations.
SYNOPSIS: This Sources Sought Announcement is to assist the US Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC) to identify potential sources for a Next Generation Static Line Parachute (NGSL-P) to support mass tactical airborne infiltration operations.
The Government requests responders submit a Broad Other Transaction Authority Announcement (BOTAA) preproposal as outlined in the DEVCOM Soldier Center BOTAA DEVCOM-SC BOTAA 22-01 located at:
“https://sam.gov/opp/126eaf3a78d847f69b7c94b606877f92/view”
Please refer to Topic Area of Interest “A. SOLDIER SUSTAINMENT DIRECTORATE (SSD)” starting on page 19.
Submit the BOTAA preproposal to: Brian Huffman brian.g.huffman3.civ@army.mil and Allison Griffin allison.k.griffin4.civ@army.mil no later than 30 June 2025 by 3:00 p.m. ET.
Objective: This Request for Project Proposals (RPP) is issued to request preproposals (white papers) in accordance with Section III, B.1 of the DEVCOM-SC BOTAA 22-01 competitive announcement and is being issued for planning purposes only. It is not to be construed as a commitment by the Government to award an agreement, nor will the Government pay for the information solicited. DEVCOM-SC SSD is seeking information on technologies or capabilities of private entities (non-profit and commercial) to develop a preliminary system design that will support a prototype project, as defined on page five of the BOTAA.
Background: Currently US Army paratroopers conducting mass tactical airborne infiltrations employ the Advanced Tactical Parachute System (ATPS) T-11 parachute system, which includes the T-11 main canopy assembly, the T-11R reserve canopy assembly, deployment bag, pack tray, harness assembly, risers and the universal static line (USL). The ATPS T-11 can be used to insert up to 100 (C-17), 74 (C-130J30) or 62 (C-130H/J) personnel at up to 400 pounds all up weight from a single aircraft on a single pass at 525 (C-17) or 550 (C-130H/J) feet Above Ground Level (AGL) at a speed of up to 150 Knots Indicated Airspeed (KIAS). DEVCOM-SC is interested in low altitude personnel parachute systems or other novel concepts that can deliver Airborne forces to the ground in a safe and efficient manner to support mass tactical operations at an equivalent or increased level of combat power to current capabilities.
Requirements: The purpose of the RPP is to request preproposals to conduct system development, testing and evaluation of a preliminary design for an NGSL-P. The preliminary design may be based on reusing, modifying or enhancing existing system designs. At present, it is expected that the current T-11R reserve parachute will be used as the reserve parachute with the NGSL-P, so preproposals should primarily address main canopy and harness assemblies.
The preproposals shall address the full requirements of this RPP. Proposed solutions shall be compliant with the Berry Amendment, Defense Acquisition Regulation Supplement (DFARS) 252.225-7012, and the Buy American Act, DFARS 252.225-7001. If proposed solutions are not compliant with the Berry Amendment and/or Buy American Act, preproposals shall include a high-level plan to become compliant.
The planned development for NGSL-P will consist of three (3) phases as detailed below. Execution and funding of phases will depend on successful completion of prior phases(s), and availability of funds. Phase I is the base, while Phases II and III are options.
Note: If the T-11R is the selected reserve parachute for Phase III development, the Government may furnish T-11R reserve parachute systems for vendor development and integration activities. The Government will supply any T-11R parachutes for Government testing. Any Government Property to be provided to the vendor will be documented in a resulting Other Transaction Authority for Prototype Agreement.
NGSL-P Performance Parameters
The system performance parameters are given in Table 1 attached. The table provides both baseline/threshold and objective performance levels. The objective level is the performance goal, whereas the threshold level is the minimum acceptable level. DEVCOM-SC strongly prefers a solution that can meet objective levels of the NGSL-P performance parameters.
DEVCOM-SC, and Army Test and Evaluation Command personnel will be available to provide clarification and explanation behind performance requirements as needed during system development.
Deliverables
Phase I - Planned deliverables are listed below:
(Option) Phase II - Planned deliverables are listed below:
(Option) Phase III - Planned deliverables are listed below:
Performance Objectives
Preproposals should be limited to three pages and include a description of the relevant technology including supporting data, the scope of the proposed effort including a high-level Work Breakdown Structure, and a description of the proposer’s research, development, manufacturing, past performance, and/or other special qualifications. The preproposal should indicate the TRL of the proposed design per the TRL definitions found in the Technology Readiness Assessment Guidebook available at: https://www.cto.mil/wp-content/uploads/2023/07/TRA-Guide-Jun2023.pdf. The preproposal shall also include an anticipated cost for the efforts described in the preproposal.
Brochures or other descriptions of general organizational or individual capabilities will not be accepted as a preproposal. All preproposals will be assigned an identification number, and an email will acknowledge receipt of a preproposal. Usually, the Project Manager of the submitting organization should receive a decision letter or email regarding the preproposal within 60-90 days of submission.
Vendor(s) that receive a Request for Full Proposal (RFFP) shall provide supporting information within the full proposal on the following topics in addition to what is specified in DEVCOM-SC BOTAA Section III, B, 2:
Technical Section
Project Management
Pricing
Interested parties are invited to submit a response to this Sources Sought Announcement. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY
This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the items/services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned.
Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized on theSAM.gov website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject.
RESPONSES:
Interested parties may identify their interest and capability by sending BOTAA preproposals regarding this requirement to DEVCOM-SC via e-mail ONLY to Brian Huffman brian.g.huffman3.civ@army.mil and Allison Griffin allison.k.griffin4.civ@army.mil no later than 30 June 2025 by 3:00 p.m. ET. The U.S. Government will not pay for any information or administrative cost incurred in response to this Notice. All costs associated with responding to this Notice will be solely at the expense of the interested party.
Please provide business size (indicate your socioeconomic status), applicable NAICS code, and CAGE code if available.
QUESTIONS:
Any questions for clarification may be emailed to Brian Huffman brian.g.huffman3.civ@army.mil and Allison Griffin allison.k.griffin4.civ@army.mil no later than 16 June 2025 by 3:00 p.m. EDT. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement.
NEXT GENERATION STATIC LINE PARACHUTE (NGSL-P) is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.