C-17 Data Recorder
ID: FA8526-24-R-DRType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8526 AFLCMC WLMKAROBINS AFB, GA, 31098-2428, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)
Timeline
    Description

    The Department of Defense, specifically the Air Force's C-17A Globemaster III Program Office, is seeking industry feedback through a Sources Sought Synopsis for the development and production of a Databus Recorder (DBR) system for the C-17 aircraft. The primary objective is to gather insights on the technical requirements and statement of work for a system capable of capturing and recording data from multiple data buses, ensuring compliance with Air Force cybersecurity standards, and providing a minimum storage capacity of 4 TB. This initiative is critical for enhancing the operational efficiency and data integrity of the C-17 fleet, which consists of 222 aircraft. Interested parties must submit their responses by 5:00 PM EDT on April 21, 2025, to designated Air Force contacts, including Leon Castellano at leon.castellano@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The C-17 Capabilities Contracting Office is seeking potential sources for the development, qualification, and production of a Databus Recorder (DR) for the C-17 aircraft. This Sources Sought Synopsis (SSS) aims to identify companies capable of meeting specific technical requirements, including the ability to capture and record data from multiple data buses while complying with Air Force cybersecurity standards. Interested contractors must submit documentation detailing their capabilities, estimated costs, and timelines, with an emphasis on supporting the entire C-17 fleet of 222 aircraft. The DR should feature secure mounting, a 4 TB solid-state storage, and be modifiable for wireless data downloads while adhering to stringent physical and environmental specifications. Responses to the SSS are encouraged from both large and small businesses, including potential teaming arrangements. A deadline for responses is set for March 19, 2024, with specific contact points provided for inquiries. This initiative underscores the government's focus on modernizing aircraft systems and ensuring operational efficiency while fostering collaboration with private industry resources.
    The System Requirements Document (SRD) for the Databus Recording System (DBRS) outlines requirements for the C-17 Globemaster III aircraft, specifying the system's ability to capture data from various databuses for diagnostics and fleet health monitoring. The DBRS must robustly operate within stringent electrical and environmental conditions, offering functionalities such as real-time synchronized, time-stamped data recording, and user-friendly interfaces for maintenance and aircrew operations. It must also support future modifications to adapt to evolving fleet needs. Critical components include functional, electrical, and environmental requirements, with essential performance metrics and maximum physical dimensions outlined. Reliability, maintainability, and computer resource expectations are defined, enforcing strict adherence to military standards for both components and support equipment. Verification processes ensure compliance with requirements through demonstration, testing, analysis, and inspection, while the document emphasizes the importance of using commercially available technologies compliant with military standards to ensure efficiency and safety. Overall, the SRD serves as a comprehensive guideline reflecting the government's commitment to managing the technological advancement of military aircraft by establishing clear performance, compliance, and operational standards.
    The Statement of Work (SOW) for the C-17 Databus Recording System (DBRS) outlines requirements for procuring a system to record essential flight and operational data from C-17 aircraft. The primary objective is to enhance data capture from bus systems, facilitating troubleshooting and improving flight scheduling while supporting proactive fleet health management. This acquisition is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total of 253 Line Replaceable Units (LRUs) and 693 Solid State Drives (SSDs) planned across a base and four optional task orders. The contractor is responsible for manufacturing, integrating, testing, and delivering compliant DBRS units, while adhering to specified requirements, regulations, and performance metrics. The document specifies key management, technical, quality, and compliance aspects, including a robust data management process, cybersecurity measures, and participation in Government-Industry Data Exchange Programs. Critical assessments and metrics will track project progress and quality, ensuring full compliance with Department of Defense directives throughout the contract's lifecycle. This SOW emphasizes collaborative efforts between the contractor and the government to achieve operational and technical requirements while maintaining high-quality standards and rigorous testing protocols to support the C-17 fleet's operational readiness.
    The C-17A Globemaster III Program Office is hosting a Request for Information (RFI) for a virtual industry day focused on the C-17 aircraft. Scheduled for January 21-22, 2025, the event will allow vendors to present their capabilities in relation to aircraft sustainment, procurement schedules, and environmental compliance. Each 45-minute presentation will be private, promoting direct interaction between the U.S. government and identified vendors. Interested parties must respond to the RFI by January 10, 2025, to reserve their time slots and submit any pre-presentation materials by January 17, 2025. Key considerations for presentations include historical management of contracts, compliance with system requirements, and the ability to deliver acceptable prototypes. The RFI underscores the government’s intention to explore potential partners for enhancing the operational effectiveness of the C-17 fleet.
    The document is a comprehensive set of requirements for a Data Bus Recording System (DBRS) intended for military aircraft, specifically the C-17. The main objective is to ensure the DBRS can record 100% of bus data, provide synchronized and time-stamped data, and operate within specific temperature and pressure conditions. Key features include a minimum storage capacity of 4 TB or 1,000 flight hours, compliance with stringent military standards (MIL-STD), and robust performance under extreme environmental conditions. The DBRS must also be maintainable, supported by thorough documentation, and incorporate safeguarding measures for data integrity. Furthermore, it should incorporate future capabilities like wireless data download and assist remote maintenance interfaces, ensuring compatibility and interchangeability with existing systems. This document highlights the emphasis on reliability and operational efficiency in military systems, prioritizing safety, maintainability, and technological adaptability within the procurement processes for government contracts.
    The document outlines the requirements for the Digital Bus Recording System (DBRS) intended for use in military aircraft, specifically the C-17. It details the system's capabilities, emphasizing critical functionalities such as the ability to record 100% of data from multiple bus channels and ensure data integrity under varying operational conditions. Key specifications include compliance with military standards, high operational resilience under extreme temperatures, humidity, and pressure, as well as the system's ability to operate without requiring airflow for cooling. The requirements also stress maintainability, safety features, and integration capabilities with existing avionics. Additionally, it mandates that the DBRS remain within specific physical dimensions, weigh no more than 13 pounds, and possess expandable recording capacity. The document is structured around priority levels, highlighting which features are deemed high, medium, or low importance for the system’s performance and reliability. This comprehensive requirement set aligns with government RFP standards, emphasizing the importance of durability, functionality, and compliance with military specifications in evaluating proposals for developing the DBRS.
    The C-17A Globemaster III Program Office is issuing a Request for Information (RFI) to evaluate the feasibility of a Line Replaceable Unit (LRU) as a Databus recorder for the C-17 aircraft. Interested respondents must assess their capability to meet specific technical subfactors outlined in provided tables. Companies are required to submit their responses by 5:00 PM EDT on October 30, 2024, using a designated MS Excel form. The submission process includes confirming capability for each subfactor, noting any issues in case of limitations, and providing historical data regarding IDIQ contract management, aircraft sustainment support, procurement capabilities, and aircraft integration experience. Responses must be sent electronically to specific Air Force personnel. This RFI indicates the Air Force's ongoing efforts to enhance aircraft systems and ensure reliable data recording capabilities for operational efficiency and support.
    The document outlines the requirements for a Databus Recording System (DBRS) intended for use in military aircraft, specifically the C-17. It details both minimum and objective specifications for the system, which must record data from several aircraft databuses without interfering with their operations. Key technical requirements include the ability to record 100% of data, storage on removable solid-state devices, compatibility with industry standards, and specific power supply needs. The DBRS must maintain a certain level of operational capacity and have expandability options for future bus additions. Environmental compliance and secure mounting conditions are also specified. The document designates controlled technical information, limiting distribution to the Department of Defense and associated contractors, and includes strict export control warnings. The analysis reveals that the DBRS is aimed at enhancing data recording for operational effectiveness while ensuring adherence to military standards and requirements. The summarized content is crafted to align with federal and state procurement protocols, focusing on technical specifications critical for defense applications.
    The document outlines the requirements for a Data Bus Recorder System (DBRS) intended for use in military avionics, particularly for the C-17 aircraft. Key specifications include the capability to record data from multiple bus types, such as MIL-STD-1553 and ARINC 429, with a minimum storage capacity of 4 TB or up to 1,000 flight hours. The DBRS is mandated to ensure data integrity, utilize a removable solid-state device for storage, and provide efficient cooling without exceeding specified flow rates. Additional performance requirements address operational parameters under various extreme environmental conditions, compliance with military standards regarding emissions and susceptibility to electrostatic discharges, and testing for shock and vibration resistance. The system must also facilitate modular updates for future expansions and provide secure data handling via cryptographic measures. All components must meet stringent weight and dimensional constraints for compatibility with existing avionics racks. This document serves as a comprehensive technical specification typical of government RFPs, emphasizing reliability and maintainability in military applications, thereby ensuring aircrew safety and operational efficacy during flight.
    The government file addresses the integration of a Data Bus Recording System (DBRS) into the C-17 aircraft, specifying details about its integration and operational requirements. The integration will occur at one location in Oklahoma City, and the DBRS will solely function as a data recording unit with a maximum power requirement of 6A at 28 VDC. Connectors will be located on the rear panel, and the system needs to operate independently from the aircraft’s existing systems. A graphical user interface is not defined, and high-assurance encryption is deemed unnecessary. Budgeting has been secured, and the program does not relate to the Condition Based Maintenance+ initiative. The need for higher security in the future is unlikely, and handling classified data will not be required. Lastly, while opportunities to implement open standards are welcomed, they are anticipated to have minimal impact given the commercial nature of the DBRS. The document outlines essential technical specifications, operational context, and compliance parameters for potential contractors responding to the request for proposals.
    The C-17A Globemaster III Program Office is issuing a Request for Information (RFI) concerning warranty terms and conditions for a Line Replaceable Unit (LRU) designated as a Databus recorder for the C-17 aircraft. The focus of the RFI includes inquiries about the warranty's conditions, its duration, the initiation point (delivery or installation), and whether replacing the solid-state drive impacts warranty coverage. Respondents are required to submit their feedback via email by 5:00 PM EDT on September 11, 2024, to the designated contacts provided. This RFI seeks to gather essential information to inform future contracting decisions regarding the LRU Databus recorder, ensuring compliance with military specifications and operational effectiveness for the C-17 program.
    Lifecycle
    Title
    Type
    C-17 Data Recorder
    Currently viewing
    Sources Sought
    Similar Opportunities
    Request for Information - Data at Rest
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is issuing a Request for Information (RFI) to identify sources capable of providing Commercial Solutions for Classified (CSfC) Dual Data at Rest (DAR) capabilities for Tactical Air Control Party Modernization (TACP-M) Core Computers. The objective is to enhance operational security by ensuring that classified data is properly sanitized when computers are powered off or logged out, thereby allowing them to be considered unclassified and mitigating logistical and operational security concerns during travel and field operations. The proposed solution requires a minimum hardware update to NVMe SSD hard drives (M.2 2280, TCG Opal compliant, 1 TB minimum) and a software update for full disk encryption, with compliance to NSA certification for Full Drive Encryption (FDE) and NIAP-approved collaborative protection profiles. Interested parties must submit their responses, including company data, product capabilities, rough cost estimates, and potential risks, by January 5, 2026. For further inquiries, contact Edwin Hernandez Mendez at edwin.hernandezmendez.2@us.af.mil or Denis Grenier at denis.grenier@us.af.mil.
    Voice Flight Data Recorder
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of four Voice Flight Data Recorders, with the potential for an additional four units within a year of the initial award. This procurement is critical for ensuring the safety and operational efficiency of Coast Guard aviation operations, as the recorders must meet Federal Aviation Administration (FAA) guidelines and provide traceability to the original equipment manufacturer, GE Aviation Systems LLC. Interested vendors must submit their quotations by December 15, 2025, at 2:00 PM EST, and can direct inquiries to Paige Kressley at Paige.E.Kressley@uscg.mil. The anticipated award date is on or about December 16, 2025, with the procurement being unrestricted and open to all responsible sources.
    SHOCK DATA RECORDER AND ACCELEROMETERS
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking small businesses capable of providing Shock Data Recorders and Accelerometers as outlined in the Sources Sought Notice MICC-FH-033557. The procurement requires a robust data acquisition system, including the SLICE6 AIR, which must feature a compact housing, a 500g shock rating, a 10,000Hz sample rate, and the capability to measure various parameters such as shock and GPS data, while supporting time synchronization for multiple devices. This equipment is critical for operational testing and data collection in airborne and special operations, ensuring precise measurements under challenging conditions. Interested parties should submit their responses by January 2, 2026, to Krista DuBose or Lucy Bonner via email, providing details about their company, small business status, and relevant experience.
    Brake Temperature Monitoring System
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting market research through a Request for Information (RFI) for a Fixed Wing Brake Temperature Monitoring System (BTMS). The objective is to identify potential sources capable of providing engineering services to design, install, and integrate a low-cost, non-invasive BTMS for HC/AC/MC-J aircraft, which must include digital temperature readouts and overheat alerts while being compliant with Night Vision Imagery System standards. This system is critical for enhancing aircraft safety and operational efficiency, with installation and integration expected to be completed by March 2026. Interested contractors are encouraged to respond by December 22, 2025, and should direct inquiries to Philip Earthly at philip.earthly.1@us.af.mil. Please note that this RFI is for information and planning purposes only, and the government will not reimburse any expenses incurred in response to this request.
    C-17 Air Mobility Command Airlift Recapitalization Strategy
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is initiating a procurement process related to the C-17 Air Mobility Command Airlift Recapitalization Strategy. This strategy aims to ensure uninterrupted inter-theater airlift capacity during the transition from the current C-5M and C-17A fleets to the Next Generation Airlift (NGAL) platform, which is projected to begin production as early as FY38 and achieve Initial Operational Capability by FY41. The importance of this initiative lies in maintaining operational viability of existing fleets while addressing potential risks associated with acquisition delays and funding uncertainties. Interested parties can reach out to Lauren M. Griffin at lauren.griffin.2@us.af.mil or Brittany Z. White at brittany.white.18@us.af.mil for further information.
    Requirements Projections On the Web (RPOW) FALL 2025
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items, particularly spares and repairs. This opportunity involves obtaining qualification requirements and engineering data for various aircraft components, with a clear emphasis that the listed data is for planning purposes only and does not constitute an invitation for bids. The procurement process includes contacting Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for qualification requirements and engineering data requests, with vendors required to register on SAM.gov and submit a certified DD Form 2345. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil for further information.
    Fixed Base Weather Observation System (FBWOS) Program AN/FMQ-23 Production
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the production of the Fixed Base Weather Observation System (FBWOS) Program AN/FMQ-23. This Request for Information (RFI) aims to identify companies capable of producing the AN/FMQ-23 weather systems, which are essential for accurately measuring and reporting various weather parameters in compliance with Department of Defense and Air Force standards. The production of these systems is critical for automated weather observations, supporting military operations and decision-making. Interested parties are encouraged to submit a capabilities package detailing their experience, production capacity, and compliance with ITAR by October 17, 2025. For further inquiries, contact Kathryn Mackessy at kathryn.mackessy@us.af.mil or Capt Christopher Thier at christopher.thier@us.af.mil.
    5895-01-593-8172 Data Display
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of Data Display units, specifically identified by NSN 5895-01-593-8172 and P/N 19450-01. The primary objective of this opportunity is to conduct market research to identify potential suppliers capable of fulfilling the agency's requirements, while also enhancing small business access to acquisition information and promoting competition. These Data Display units are critical for various military applications, with an estimated quantity of 30 units required annually and a delivery schedule set for September 30, 2026. Interested parties should reach out to Rocky Tello at Rocky.tello@us.af.mil to express their interest and capabilities within 15 days of this notice, as the government does not intend to award a contract based on this request.
    58--RECORDER,SIGNAL DAT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of signal data recorders. The procurement requires contractors to provide comprehensive repair services, including testing and inspection, to return the equipment to a Ready for Issue (RFI) condition, adhering to strict turnaround times and quality standards. These recorders are critical for military operations, ensuring reliable communication and data recording capabilities. Interested contractors should contact Shannon K. Fitzgerald at 215-697-3638 or via email at SHANNON.K.FITZGERALD3.CIV@US.NAVY.MIL for further details, with the expectation of a contract award following the evaluation of proposals.
    F-16 Power Supply
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of F-16 Power Supply units, specifically under the notice type of Sources Sought. The primary objectives of this procurement are to conduct market research to identify potential suppliers capable of meeting the agency's requirements and to enhance competition by providing information on contracting and subcontracting opportunities. The estimated quantity required is four units, with a delivery schedule set for January 20, 2027, and it is noted that this requirement is not expected to be set aside for small businesses. Interested parties can reach out to Kody Quayle at kody.quayle@us.af.mil for further information and to express their capabilities within 15 days of this notice.