GPS WAYPOINT SEQUENCE BUILDING SOFTWARE PROGRAM FOR F-5 AIRCRAFT
ID: N00421GPS2Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - PLATFORM PRODUCTS: DATABASE, MAINFRAME, MIDDLEWARE (HW, PERPETUAL LICENSE SOFTWARE) (7H20)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking industry input for the development of a new GPS Waypoint Sequence Building software program for F-5 aircraft. The objective is to replace an outdated program currently operating on Windows XP with a modern solution that functions on a standalone Windows 11 computer, ensuring compatibility with two variants of the cockpit display unit (CDU) used in these aircraft. This software is critical for creating and managing GPS waypoint sequences, which are essential for flight planning and navigation, and must include features such as editing waypoints, building sequences, and analyzing routes for radar vulnerability. Interested parties are invited to submit capability statements by October 8, 2024, to Shandra G. Schultz and Catrina Farrell via email, detailing their experience and technical capabilities, as well as their business size classification.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    AMU Correction of the CDZC Software with Windows 10
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole-source contract with General Electric Aviation Systems (GEAS) for the correction of the CDZC Software to be compatible with Windows 10. This procurement is critical as GEAS is the sole designer and developer of the AMU and PCMCIA Cards, possessing the unique expertise and technical data necessary to meet the performance requirements for aircraft platforms. Interested parties may express their interest and capability to the government, which will consider all information received prior to the closing date of October 21, 2024, at 4:00 PM Eastern Time. For inquiries, contact Ryan Chandlee at ryan.m.chandlee.civ@us.navy.mil.
    C-5 Software Sustainment Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for C-5 Software Sustainment Services, aimed at providing software maintenance and support for the Lockheed Martin Aero (LMA) contract related to the C-5M aircraft. The contractor will be responsible for delivering software updates, maintenance, engineering support, and ensuring compliance with military and commercial standards throughout the software lifecycle. This opportunity is critical for maintaining the operational integrity of the C-5M aircraft, with proposals due by January 31, 2025, following an extension from the original deadline. Interested parties should contact Lauren Mitchell at lauren.mitchell@us.af.mil or Erica Martin at erica.martin.2@us.af.mil for further information.
    LogiQuest Software W/Option Years
    Active
    Dept Of Defense
    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is seeking small business vendors to provide LogiQuest Software and related services for a five-year period from January 1, 2025, to December 31, 2029. The procurement includes one NMCRL-WEB Annual Subscription, one LogiQuest on DVD with monthly updates, and twenty LogiQuest Concurrent User Licenses, all aimed at enhancing maintenance operations and fleet support through an online capability research tool. This software is critical for identifying parts, specifications, and logistics documentation, ensuring operational efficiency within the center. Interested vendors must submit their responses by October 10, 2024, at 11:00 AM (PST) to the primary contacts, Jamie Devera and Cynthia Urias, via the provided email addresses.
    66--COMPUTER,FLIGHT CON - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 90 units of replacement parts related to automatic pilot mechanisms and airborne gyro components. The contract involves the supply of National Stock Number (NSN) 7R-6615-015486318-V2, with delivery terms set to FOB Origin, indicating that the buyer will take ownership of the goods once they are shipped. This procurement is critical for maintaining operational readiness and ensuring the reliability of flight control systems. Interested parties are encouraged to contact Meghan E. Gubicza at (215) 697-2782 or via email at MEGHAN.E.GUBICZA.CIV@US.NAVY.MIL for further details, and they must respond within 45 days of this notice to be considered for the contract.
    66--COMPUTER,FLIGHT CON
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a flight-critical commercial item, identified by NSN 7R-6615-016276036-P8 and reference number 822-1604-102. The contract involves the delivery of one unit, with the stipulation that government source approval is required prior to award, as the item is deemed critical for flight operations and may not be available for full and open competition. Interested vendors must provide comprehensive documentation to demonstrate their capability and experience in producing similar items, as well as comply with the Source Approval Information Brochure requirements. Proposals must be submitted within 45 days of the notice, and interested parties can contact Sara M. Hojnowski at (215) 697-2198 or via email at SARA.HOJNOWSKI@NAVY.MIL for further information.
    INTEGRATION OF COMMERCIAL OFF-THE-SHELF (COTS) AGRICULTURAL GLOBAL POSITIONING SYSTEM (AG GPS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the integration of a NextGen Agricultural Global Positioning System (Ag-GPS) into Electronic Modular Aerial Spray System (EMASS) equipped C-130J aircraft. The primary objective is to replace the obsolete legacy Wingman GPS system to ensure accurate pesticide application while adhering to Environmental Protection Agency standards. This integration is critical for the agricultural application missions conducted by the Air Force, emphasizing the need for technical proficiency and regulatory compliance. Interested contractors are encouraged to submit their capabilities documentation by October 11, 2024, and can contact Ryan Fowler at ryan.fowler.7@us.af.mil or Stanley Scott at stanley.scott.5.ctr@us.af.mil for further information.
    16--EMBEDDED GLOBAL POS, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking procurement for the repair and modification of Embedded Global Positioning Systems (GPS). The requirement includes 38 units of National Stock Number (NSN) 7R-1680-016010213-P8, with a Technical Data Package (TDP) version 001, and delivery is expected to be FOB Origin. These components are critical for various aircraft operations, ensuring accurate navigation and operational effectiveness. Interested vendors should contact Peter A. Kobryn at (215) 697-4313 or via email at PETER.KOBRYN@NAVY.MIL for further details regarding this presolicitation opportunity.
    F-35 Joint Program Office Haswell IG Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking proposals for the Non-Recurring Engineering (NRE) required to replace the Haswell and Broadwell Image Generators (IGs) with new IGs compatible with the Windows 10 Operating System. This procurement is critical as several currently fielded simulators are unable to operate on WIN10, which is necessary to comply with Department of Defense cyber policy, necessitating an upgrade to the Aechelon IGs that represent the future hardware architecture for F-35 simulator visual systems. Interested parties should direct inquiries to Cameron Rifkin or Alexander Mowatt via their respective emails, and further details regarding funding amounts and deadlines will be provided during the solicitation process.
    66--GLOBAL POSITIONING, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a global positioning system component, identified by NSN 0R-6605-016982855-RQ. The procurement requires Government source approval prior to contract award due to the flight-critical nature of the item, and only previously approved sources will be considered for this contract. Interested vendors must submit comprehensive documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, and failure to provide the necessary information will result in disqualification from the award process. For further inquiries, interested parties can contact Kathryn S. Hull at (215) 697-6646 or via email at KATHRYN.HULL@NAVY.MIL.
    63--COMPUTER,WARNING,GR, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking offers for the repair and modification of a Computer Warning System, identified by NSN 7R-6340-014789822-FX. The procurement involves a quantity of five units, with delivery terms set to FOB Origin, and is governed by specific military and federal specifications. This equipment is crucial for aircraft alarm and signal systems, underscoring its importance in maintaining operational readiness and safety. Interested parties should reach out to Shamus F. Roache at (215) 697-5047 or via email at SHAMUS.ROACHE@NAVY.MIL for further details, and they are encouraged to express their interest and capability to meet the requirements within 15 days of this notice.