Flight Management System (FMS) Navigational Database Software Subscription
ID: N00421-25-RFPREQ-TPM231-0510Type: Sources Sought
Overview

Buyer

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

NAICS

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

PSC

AERONAUTICAL MAPS, CHARTS AND GEODETIC PRODUCTS (7641)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking sources for a Flight Management System (FMS) Navigational Database Software Subscription compatible with the E-2D aircraft. The procurement aims to secure subscription services that provide regular updates of navigational databases in compliance with FAA standards, essential for the operational effectiveness of the E-2D Advanced Hawkeye. This opportunity is crucial for maintaining the accuracy and reliability of navigational data used in military aviation. Interested businesses must submit a capabilities statement by 5:00 PM EST on June 17, 2025, to Joy McBride at joy.a.mcbride2.civ@us.navy.mil, and the anticipated contract type is Firm-Fixed Price with a performance period extending from March 22, 2026, to March 21, 2031.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Total Care Support for PSEF
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking a contractor to provide one year of OEM hardware and software maintenance for the Propulsion Systems Evaluation Facility (PSEF)'s HGL Dynamics DDAS system. The procurement includes essential services such as software updates, repair or replacement of defective hardware, temporary systems provision during testing impacts, phone support, and up to two site visits, all to be delivered at the Patuxent River Naval Air Station. This contract, valued on a firm fixed-price basis, is critical for maintaining operational readiness and efficiency of the PSEF's testing capabilities, with a performance period from January 1, 2026, to December 31, 2026. Interested parties must submit their brand name quotes by 12:00 pm on December 20, 2025, to Benjamin Flores at benjamin.r.flores3.civ@us.navy.mil, ensuring compliance with all specified requirements.
    FMS Repair of COMPUTER, FLIGHT DIR
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting quotes for the repair of a "COMPUTER, FLIGHT DIR" specifically for the MH-60R platform, identified by National Stock Number 7R6610015060044. Contractors are required to adhere to various Federal Acquisition Regulation (FAR) clauses, including those related to confidentiality, executive compensation reporting, and safeguarding contractor information systems, with a delivery period of 90 calendar days from the induction date. This procurement is critical for maintaining operational and functional capabilities of flight instruments used in military aviation. Interested parties should contact Dina Wojciechowski at 215-697-1219 or via email at dina.m.wojciechowski.civ@us.navy.mil for further details regarding the solicitation, N0038326QN001.
    NIIN: 145565838; RFQ: N00383-26-Q-B052; FMS Repair
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to issue a sole-source solicitation for the repair of DAY DISPLAY MODULEs (NIIN: 145565838, Part Number: C19697AA) specifically for H-1 aircraft. This procurement is aimed at securing repair services from THALES DEFENSE & SECURITY INC, the Original Equipment Manufacturer (OEM) and the only known source with the necessary data rights, highlighting the critical nature of maintaining operational readiness for military aircraft. The contract is expected to last one year, with the solicitation anticipated to be posted on NECO around January 6, 2026, and a closing date set for January 23, 2025, leading to an award date around March 31, 2026. Interested parties may submit capability statements within specified timeframes, and for further inquiries, they can contact Grace McGinley at grace.v.mcginley.civ@us.navy.mil.
    Integration and redesign the Digital Map Computer (DMC)/Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, intends to award a Sole Source Contract to L3Harris Technologies, Inc. for the integration and redesign of the Digital Map Computer (DMC), Digital Video Map Computer (DVMC), and Flight Control Computer (FCC) in support of the F/A-18 E/F & EA-18/G Automatic Ground Collision Avoidance Systems (AGCAS) program. This procurement aims to enhance the existing systems by integrating a new Automated Terrain Awareness Warning System (ATAWS) software module, which is crucial for improving aircraft safety and preventing Controlled Flight Into Terrain (CFIT) incidents. The contract will provide essential engineering and technical support, including Non-Recurring Engineering (NRE) for software integration and flight testing, with the goal of ensuring compliance with current safety and airworthiness requirements. Interested parties may direct inquiries to Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil by December 24, 2025, at 12:00 PM Eastern Time, as this notice is not a request for proposals and competition is not anticipated.
    66 - FMS REPAIR: INERTIAL NAVIGATION
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the sole-source repair of an Inertial Navigation unit, identified by NSN 7RH 6605 014830602 CB and Part Number 233A935-1, designated as a Critical Application Item for Foreign Military Sales Case GR-P-BBK. The contractor will be responsible for evaluating, laboring, and providing materials and parts necessary to restore the unit to operational condition, adhering to strict packaging, marking, and quality assurance standards, including ISO 9001 compliance. This procurement is critical for maintaining navigational capabilities and is subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested parties must ensure they meet government source approval requirements and submit inquiries to Dana Scott at dana.l.scott14.civ@us.navy.mil, with a performance period set from January 5, 2026, to April 6, 2026.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    Adacore Software Subscription
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center in China Lake, CA, is seeking quotes from Women-Owned Small Businesses (WOSB) for the procurement of Adacore Software subscriptions. The requirement includes subscriptions for GNAT Pro Enterprise for Ada and C/C++, which are essential for developing software for x86 VxWorks 7.x (64 bits) cross-hosted on x86 Windows, with each subscription allowing access for five unique users. This procurement is critical for supporting software development efforts within the Navy, and the contract is expected to be awarded on a Firm Fixed Price basis. Interested vendors must submit their quotes by December 22, 2025, at 3:00 PM, and can direct inquiries to Amy Lamberth at amy.s.lamberth.civ@us.navy.mil.
    JOYSTICK,DATA ENTRY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of joystick data entry systems. This procurement involves the refurbishment and repair of Fly-By-Wire Submarine Flight Critical Components, which are essential for shipboard systems, ensuring operational reliability and safety. The contract will be awarded on a firm-fixed-price basis, with a desired delivery timeline of 180 days from the order date. Interested vendors should direct inquiries to Robert H. Langel at 717-605-3353 or via email at ROBERT.H.LANGEL.CIV@US.NAVY.MIL, and must comply with specific quality assurance and inspection requirements outlined in the solicitation.
    66--INERTIAL NAVIGATION
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 24 units of Inertial Navigation systems, identified by NSN 6605014820896. This solicitation, categorized under NAICS code 334511, aims to fulfill critical navigation and guidance requirements for military applications. The approved source for this procurement is 0BFA5 HG1700AG19, and all responsible sources are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, with the expectation that quotes will be considered if received in a timely manner.
    N0038325PR0R742
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a specific electronic countermeasure processor from Northrop Grumman Systems Corp. The requirement involves the repair of NSN: 5865016592372, P/N: 001-008684-0102, with the understanding that Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part, as the government does not possess the necessary data to source it from other vendors. This procurement is critical for maintaining operational capabilities and will follow FAR Part 15 procedures, with a solicitation expected to be issued on December 23, 2025, and proposals due by January 23, 2026. Interested parties are encouraged to submit their capabilities to Shamus F. Roache via email at Shamus.F.Roache.CIV@us.navy.mil within the specified timeframe.