Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2025 SAM #8586
SOURCES SOUGHT

J -- C40 Aircraft Condition Monitoring System (ACMS) and Subscriptions

Notice Date
5/28/2025 4:19:31 AM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-25-RFPREQ-APM207-0834
 
Response Due
5/28/2025 4:12:00 AM
 
Archive Date
06/12/2025
 
Point of Contact
Jingerlyn Newsome, Karin Jensvold
 
E-Mail Address
jingerlyn.r.newsome.civ@us.navy.mil, karin.p.jensvold.civ@us.navy.mil
(jingerlyn.r.newsome.civ@us.navy.mil, karin.p.jensvold.civ@us.navy.mil)
 
Description
Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), this notice is being issued as a Request for Information (RFI). In accordance with market research requirements and solely for informational and procurement planning purposes, the Naval Air Systems Command (NAVAIR) Tactical Airlift Program Office (PMA-207) of the Program Executive Officer (PEO) Air ASW, Assault & Special Mission Programs (A) is seeking information on industry sources capable of validating and updating problematic coding within the Aircraft Condition Monitoring Software (ACMS) reports in support of the C-40A aircraft as described herein and supporting secure data and software loading from the Loadstar Server Environment (LSE) via the Portable Maintenance Access Terminal (PMAT XS) and enhanced Airborne Data Loader (eADL XS) . The Government anticipates that Teledyne Controls, LLC, as the original equipment manufacturer (OEM), will be the prime contractor for this effort based on its ownership of the OEM technical data necessary to perform the requirements, but the Government will consider other responsible sources if a capabilities statement is submitted as requested below. REQUIREMENT: The upcoming effort will consist of accomplishing the following tasks: Deliver an update to the existing Flight Analysis Program (FAP) (Part Numbers 710200C-40A01 and 710200C40C-40) for the Digital Flight Data Acquisition Unit (DFDAU) (Part Numbers 2233000-816 and 2233000-916) Perform Aircraft Condition Monitoring System (ACMS) (Part Number 3106-C-40-A03-01) Gap Analysis to validate ACMS reports and identify problematic coding to develop and release software to resolves those errors Provide annual ACMS and FAP software support to include: Update and maintenance services for parameter addition/deletion that are readily available (i.e., no wiring or mandatory changes) for ACMS Update and maintenance services for parameter addition/deletion for the respective FAP Update and maintenance services for routine event trigger or simple report format or routing changes (e.g., threshold limit changes) for ACMS Standard commercial documentation for the annual ACMS and FAP subscription Annual ACMS, FAP, LSE, PMAT and eADL subscriptions for each contract year, from the date of contract award, renewable for subsequent years with agreement from both parties Access to scheduled training courses at Teledyne�s facilities SUBMISSION: Responsible sources may submit a capability statement to be considered by the agency. The capability statement must include a detailed approach evidencing the ability to accomplish this effort for a seamless inclusion into the C-40A program schedule. Additionally, the capability statement must include a detailed approach describing the source�s possession of or access to the OEM technical data necessary to accomplish this effort. This notice is NOT a Request for Proposal, is not to be construed as a commitment to procure any items/services and does not imply or promise that the Government intends to award a contract vehicle as result of this announcement or in response to any capability statements received. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are responsible for all expenses associated with its response and the Government will not provide any form of compensation for or reimburse any costs incurred in its preparation. Submissions are not to exceed five 8.5 x 11 pages with one-inch margins printed in Times New Roman or Courier New 12-pt font. One electronic soft copy shall be delivered to the Government POC in Microsoft Word or PDF format no later than 3:00PM EST on 30 June 2025. All submissions should include RFI Reference Number, company, address, CAGE code, and DUNS number, a point of contact with a phone number and email address, and business size status for the North American Industry Classification System (NAICS) code(s) relevant to your company�s response (i.e., large business, small business, certified 8(a) concern, veteran-owned, HUBZone, woman-owned, etc.). Responses to this RFI may NOT be submitted via facsimile. Acknowledgement of receipt will be provided if request for return receipt is included with the response, but submissions will not be returned. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. However, classified data should not be provided. If respondent believes that a complete response would require inclusion of proprietary information, please notify the Government POC immediately. Summary papers failing to comply with the above instructions or containing impertinent information may not be reviewed. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. SUMMARY: As stated above, this is NOT a request for Proposal. This announcement constitutes a RFI/Sources Sought led by PMA-207. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. If a draft and/or solicitation are released, it will be synopsized on https://beta.sam.gov. It is the potential offer�s responsibility to monitor the site for the release of any follow-on information. No phone or email solicitation with regard to the status of the RFI will be accepted. Questions regarding this announcement shall be submitted to the Government point of contact identified herein.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/81f49b26d3f84e5d8399bea03045f10f/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN07458483-F 20250530/250528230058 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.