SOLICITATION NOTICE
17 -- C-130J TERRAIN AWARENESS AND WARNING SYSTEM
- Notice Date
- 2/20/2025 1:01:00 PM
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- FA8504 AFLCMC WLNKA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA850425RXXXX
- Response Due
- 3/6/2025 2:00:00 PM
- Archive Date
- 03/07/2025
- Point of Contact
- Vicki Wechsler, Phone: 4789262905
- E-Mail Address
-
vicki.wechsler@us.af.mil
(vicki.wechsler@us.af.mil)
- Description
- The Government is conducting market research to identify potential sources that possess the data, expertise, capabilities, and experience to meet qualification requirements to one annual update of the Mark V Enhanced (MKV) / VII Enhanced Ground Proximity Warning System (EGPWS) Terrain (aka Commercial) Database and two annual updates of the Military MKV EGPWS Tactical Terrain Database. The software updates are produced, in accordance with proprietary Honeywell procedures and specifications. They are approved for use in the Honeywell International Inc. Military Mark V Enhanced Ground Proximity Warning System (EGPWS) or Terrain Awareness and Warning System (TAWS) Computer, per Federal Aviation Administration (FAA), Technical Standard Order TSO-C151b. Within, 90 days of receiving the provided National Geospatial-Intelligence Agency (NGA) and published Digital Vertical Obstruction File (DVOF) the software shall be delivered with a certificate of conformance. The level of security clearance and amount of foreign participation in this requirement is limited to the C-130J Joint User Group nations. Other than the National Geospatial-Intelligence Agency obstacle data the Government does not own or have access to the data for these items. The Government has determined that this update subscription is a commercial item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number applicable. Currently the only known source for this effort is: Honeywell International Inc. CAGE: 58960 21111 N 19th Avenue Phoenix, AZ85027-2708 United States Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: 1. The document(s) below contain a description of the TAWS Tactical Database requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company�s capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 3. ATTENTION: SMALL BUSINESS RESPONDENTS who are interested in participation for this effort: a. Honeywell owns the data rights to the proprietary software algorithm tool or its source code. However, the Government will determine the final strategy after thorough analysis of the small business responses and other market research available, considering the demonstrated interest and capability. Please ensure that you provide a thorough response to each question. If your company does not currently possess the full capability required to fulfill the entire requirement, what teaming/partnership/joint venture/subcontracting arrangement do you have in place to fulfill the government needs? Providing evidence of this arrangement, e.g. emails, letter, etc. that demonstrates a united response to this RFI is highly encouraged but not required. The evidence should state the type of arrangement and the role each member will fulfill. If you are only interested in being a subcontractor to the future awardee, state the portion of the work that your organization has capability of fulfilling. b. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 4. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 5. Questions relative to this market survey should be addressed to the PCO. PURPOSE/DESCRIPTION: As the Government delves into market research to identify potential sources capable of providing database software updates, expertise, capabilities, and experience to meet qualification requirements to provide commercial (aka terrain) and tactical database software updates for the Honeywell International, Inc., Military Mark V (MKV) Enhanced Ground Proximity Warning System (EGPWS) Computer installed on USAF C-130J aircraft. The software engineering services required are: 1. Semiannual (every 6 months) software updates to the TAWS Tactical Database, and 2. Annual software updates to the TAWS Commercial Database This requirement is for the United States Government (USG) C-130J fleet to maintain flight safety and mission capability. Our software engineering services strategy is a four-year contract and will continue from FY25 to FY29. The projected quantities will be Best Estimated Quantities (BEQ) of ~416 licensed updates initially every 6 months with increases in BEQ of 25 each year. The Government�s need for software engineering services is required in order to support current worldwide operations for C-130J aircraft and all variants. The Terrain Awareness and Warning System (TAWS) provides terrain/obstacle alerting and display functions using aircraft inputs based on sensed geographic position, attitude, altitude, and airspeed combined with internal terrain, obstacle, and airport databases to predict a potential conflict between the aircraft flight path and terrain or an obstacle. TAWS utilizes commercial and tactical internal terrain/obstacle databases. Commercial databases normally contain only ICAO airports with runway lengths greater than 3,500 feet.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ea8edb296f5a402dbecc2ddd5d87af2d/view)
- Place of Performance
- Address: PHOENIX 85027
- Zip Code: 85027
- Zip Code: 85027
- Record
- SN07348273-F 20250222/250220230034 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |