Smokejumper DC-7 Main Canopies, MT1S Reserve Canopies with Deployment Systems
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of Agriculture, Forest Service (FS), on behalf of the National Interagency Fire Center (NIFC) and the National Technology & Development Program (NTDP), intends to award a sole source firm-fixed price purchase order to Airborne Systems North America of NJ Inc. for specialized Smokejumper DC-7 Main Canopies, MT1S Reserve Canopies, and Deployment Systems. This action is justified under FAR Part 12 (Commercial Items) and FAR Part 13.106-1(b)(1) (single source for purchases not exceeding the simplified acquisition threshold) due to the proprietary nature of the required components.
Scope of Work
The requirement is for specific life-safety parachute components essential for the National Smokejumper Program, which must be compatible with existing FS-approved deployment systems (MTDC-1126, 1127, and 1129). The items include:
- DC-7 Main Canopy (P/N 811406-0) - 30 units
- MT1S Main Canopy (with top skin drogue ring) - 14 units
- MT1S Reserve Canopy (P/N 811306-0) - 7 units
- MT1S Deployment System (P/N 886452-0) - 7 units
Contract & Timeline
- Type: Firm-Fixed Price Purchase Order (Sole Source)
- Intended Awardee: Airborne Systems North America of NJ Inc. (UEI: WEYALM4WUT46)
- Delivery: Quarter 2 of Fiscal Year 2027 (Q2 FY27)
- Set-Aside: None specified (Sole Source Justification)
- Capability Statement Due: April 24, 2026 (15 days from publication)
- Published: April 9, 2026
Justification
This procurement is being conducted as a sole source action because Airborne Systems North America is the sole manufacturer and owner of the proprietary technical data and manufacturing rights for these safety-certified components. Market research confirmed no other domestic source can provide these specific items, which are critical for compatibility with current FS hardware and operations, without causing catastrophic delays or unacceptable risk to personnel.
Additional Notes
This notice of intent is not a request for competitive proposals. However, any party believing they can meet the specific technical and safety requirements, including compatibility with USFS hardware and inclusion on the Forest Service Approved Equipment List, may submit a capability statement. Responses should be sent to Amelia Velasco at amelia.velasco@usda.gov.