SOURCES SOUGHT
16 -- Next Generation VADR
- Notice Date
- 1/22/2026 1:22:26 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- AMSAM-SPK FORT EUSTIS VA 23604-5577 USA
- ZIP Code
- 23604-5577
- Solicitation Number
- A029988
- Response Due
- 2/27/2026 12:00:00 PM
- Archive Date
- 02/28/2026
- Point of Contact
- Teresa McCall, Petrina Stack
- E-Mail Address
-
teresa.a.mccall.civ@socom.mil, petrina.v.stack.civ@socom.mil
(teresa.a.mccall.civ@socom.mil, petrina.v.stack.civ@socom.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a sources sought notice in accordance with Federal Acquisition Regulation (FAR) Part 10 Market Research. The United States Special Operations Command (USSOCOM), Technology Application Contracting Officer (TAKO) is conducting market research to identify potential sources that possess the capability to satisfy agency requirements for a voice and data recorder (VADR) for military rotary wing aviation application. The objective of this market research is to identify any potential sources for the desired capability. The Government will use the information received for acquisition planning purposes. Sources responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued later, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. This notice shall not be construed as an RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract based on this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this request or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence the Government�s acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this source sought notice. Requirement: A Flight Data Recorder (FDR) for military rotary wing aviation application. The specific capabilities sought, and the description required: A. Specific Capabilities Crash Protected Memory: 1TB but not less than 20GB, and how does that affect box size. Processor: Multi-Processor System on Chip (MPSoC) capable of 12,000 MIPS per core, not less than 3,000 MIPS per core, minimum of 4 core�s up to 16 cores� Supplemental Memory (Not Crash Protected): 1TB but not less than 64GB for third party software, and how does that affect box size. Video recording and compression capability Audio recording and compression capability MIL-STD-1553 and how many channels ARINC 429, and how many receivers RS-422 and how many channels Gigabit Ethernet (GBE) interfaces, and how many interfaces Fiber connection for video or something to facilitate ARINC 818 video or similar ED-112A compliance Cyber-Security measures to prevent intrusion Data encryption capability Integrated Underwater Locator Beacon User defined data analysis software B. Vendor�s Capability Descriptions: Provide a table of fifteen rows and two columns, correlating with the capabilities sought and the vendor�s FDR current capabilities. The furthest left column shall list the 1 through 15 capabilities in their respective row, and the column to the right shall list and describe the vendor�s associated capability. NAICS Code: The Agency has tentatively assigned North American Industry Classification System (NAICS) Code 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) to the requirement, but interested sources can recommend other NAICS Codes for consideration Standard Business Size is 1,350 employees. Submission Instructions: Responses are to be submitted via email to Teresa McCall teresa.a.mccall.civ@socom.mil and Dr. Petrina Stack petrina.v.stack.civ@socom.mil and are due no later than 03:00P.M., February, 27th. Eastern Standard Time and must include the information requested below. Responses greater than 10 double-sided pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research and the Government will not take any questions at this time. Respondents will not be notified of the results of the evaluation. The Government appreciates industry�s interest and thanks interested companies in advance for responding to the Sources Sought notice. Qualified sources shall submit a statement of interest on sources letterhead demonstrating the source�s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: A. Sources Profile to include: Sources name and address; Affiliate information: parent sources, joint venture partners, and potential teaming partners; Year the firm was established and number of employees; Two points of contact (names, titles, phone numbers and email addresses); Unique Entity Identifier (UEI) and Commercial and Government Entity (CAGE) Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: Small Business designation/status (must correlate with SAM registration): _____ Small business _____ HUBZone _____ WOSB _____ 8(a) _____ VOSB _____ SDVOSB _____ Small Disadvantaged Business B. Specific capabilities and experience in developing, qualifying, productionizing, maintaining, and updating a Voice and Data Recorder for commercial or military aviation applications. Include a brief statement as to why each prior contract is relevant to this source sought notice and other relevant information. In addition, include proof of satisfactory past performance on the contracts with customer points of contact. Please be advised that USSOCOM utilizes support contractors to assist in the review and evaluation of market research submissions. By submitting a response to this sources sought notice, the respondent agrees that its submission, including any proprietary information, may be shared with and reviewed by Government Support Contractors. All support contractors are bound by appropriate non-disclosure agreements and rules of conduct to protect the respondent's information from unauthorized use or Disclosure.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b9b7a00f39034fc3800698e5577fb477/view)
- Place of Performance
- Address: Fort Eustis, VA 23604, USA
- Zip Code: 23604
- Country: USA
- Zip Code: 23604
- Record
- SN07694764-F 20260124/260122230046 (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 |