AMU Correction of the CDZC Software with Windows 10
ID: N00421-24-RFPREQ-TPM209-0856Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Computer Storage Device Manufacturing (334112)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Generator Convertor Units (GCU) Field Programmable Gate Array (FPGA) Obsolescence One Time Buy
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is planning to negotiate a sole-source contract modification for the procurement of Field Programmable Gate Arrays (FPGAs) to support the Generator Converter Units (GCU). This procurement is necessary due to the obsolescence of the current FPGA, which is exclusively designed and integrated by General Electric Aviation Systems (GEAS), the sole source for this requirement. The FPGAs are critical for maintaining the operational capability of the GCU, as GEAS is the only firm qualified to provide these components following the cessation of production by the original equipment manufacturer. Interested parties should direct inquiries to Laurelle Brown-Hill at laurelle.r.brown-hill.civ@us.navy.mil, with responses due by October 15, 2024.
    N00383-24-R-9520
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a presolicitation for a long-term contract focused on the repair of actuator components essential for the V-22 aircraft and Foreign Military Sales (FMS) requirements. This procurement will be a sole source solicitation directed at GE Aviation Systems LLC, the original equipment manufacturer, as they are the only known source for the necessary repair parts due to the government's lack of data rights for alternative suppliers. The contract is expected to span three years, with specific quantities and pricing outlined for various actuator types, including electro-mechanical and mechanical options, which are critical for maintaining operational readiness. Interested parties may submit capability statements or proposals by November 12, 2024, and should direct inquiries to Linda Vong at linda.vong2.civ@us.navy.mil or call 215-697-5936.
    16--MODULE,DRIVE,AIRCRA, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 28 units of the MODULE, DRIVE, AIRCRAFT, under a sole source contract with GE Aviation Systems LLC. This procurement is critical for the repair and modification of helicopter rotor blades and drive mechanisms, specifically for NSN 7R-1615-015238276-H1, as the government does not possess the necessary data to source these items from alternative suppliers. Interested parties must submit their capability statements to the primary contact, Linda Vong, via email at linda.vong2.civ@us.navy.mil, within 15 days of this notice, with the expectation that proposals received within 45 days will be considered.
    16--COMPUTER,AIRCRAFT L
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to procure a sole source item identified as the COMPUTER, AIRCRAFT L, with NSN 7R-1680-016202561-BL, from TRANSAERO INC (CAGE: 27541). This procurement is critical as it involves the acquisition of a specialized component necessary for aircraft operations, and TRANSAERO INC is the Original Equipment Manufacturer (OEM) with exclusive rights to provide this part. The anticipated award date for this contract is December 2024, and interested parties may submit their capabilities and qualifications to Sarah F. Pfeil at Sarah.Pfeil@navy.mil within 45 days of this notice, although the procurement will not be delayed for new source approvals.
    C-40A CFM 56-7B24 Engine Procurement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to procure one new CFM56-7B24 Enhanced engine and engine stand for a C-40A aircraft, with the contract modification to be awarded to CFM International on a sole source basis. This procurement is critical as CFM is the sole designer and manufacturer of the CFM56-7B24 engine, possessing the unique technical data and capabilities necessary to meet the agency's requirements within the specified timeframe. The contract will be executed under the authority of FAR 6.302-1, emphasizing the necessity of this specific engine for operational readiness. Interested parties may express their capabilities in writing to the designated contacts, William Yost and Jamie Schoemaker, at the provided email addresses, although this notice does not constitute a solicitation or guarantee of contract award.
    Notice of Intent to Sole Source: Electronic Aircraft Components
    Active
    General Services Administration
    The General Services Administration (GSA) intends to solicit and negotiate a sole source contract for electronic aircraft components with Crestwood Technology Group, LLC. This procurement is specifically for parts necessary to support the MQ-25 Stingray platform, which is under life cycle support by the Naval Air Systems Command (NAVAIR) Program Manager Air-268, located at Patuxent River, MD. The components are critical for the Unmanned Carrier Aviation division's mission to provide support for the U.S. Navy, as they address the Diminishing Manufacturing Sources Material Storage (DMSMS) needs. Interested parties can reach out to Jacob Pankow at jacob.pankow@gsa.gov or Melissa Salvatore at melissa.salvatore@gsa.gov for further inquiries regarding this presolicitation notice.
    RAM System & Software Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure a RAM System & Software Upgrade on a sole-source basis from OMNi Engineering Services, Inc. This procurement is critical as OMNi Engineering is the original equipment manufacturer (OEM) and the only authorized technicians capable of performing the required upgrades, ensuring the integrity and functionality of the system. Interested firms that believe they can meet the requirements are invited to submit a written response, including a capability statement, to the primary contact, Yvonne Stockwell, by email no later than five days after the publication of this notice. For eligibility, all interested parties must be registered in the System for Award Management (SAM) database, and further details can be found at www.gsa.gov/samupdate.
    16--ECU,AIRCRAFT,MATERI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure seven units of a flight-critical aircraft component identified by NSN 7R-1680-015834344-V2. This procurement requires engineering source approval from the design control activity to ensure the quality of the part, as the item is essential for maintaining operational capabilities and cannot be acquired through full and open competition due to its unique design and manufacturing requirements. Interested suppliers must be approved sources or submit detailed qualification information along with their proposals, as the contract award will only be made to those meeting the necessary qualifications at the time of award. For inquiries, potential bidders can contact Jena Visconto at (215) 697-2910 or via email at JENA.VISCONTO@NAVY.MIL, with proposals due within 45 days of the notice publication.
    16--PGMC LRM,AIRCRAFT,M, 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 aircraft components, identified by NSN 7R-1680-015817851-E7, with a quantity of five units required. This procurement is critical for maintaining the operational readiness of miscellaneous aircraft accessories and components, emphasizing the importance of timely and efficient repairs. Interested parties are encouraged to submit their proposals within 45 days of this presolicitation notice, with the understanding that the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, potential contractors can contact Liem M. Phan at (215) 697-5722 or via email at LIEM.M.PHAN@NAVY.MIL.
    GPS WAYPOINT SEQUENCE BUILDING SOFTWARE PROGRAM FOR F-5 AIRCRAFT
    Active
    Dept Of Defense
    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.