Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2025 SAM #8752
SOURCES SOUGHT

70 -- PMA209 Air Combat Electronics Program Office, Tactical Aircraft Moving Map Capability (TAMMAC) program, DMC/DVMC software integration

Notice Date
11/10/2025 11:29:57 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
TPM209260112
 
Response Due
11/25/2025 1:00:00 PM
 
Archive Date
12/10/2025
 
Point of Contact
Bonnie M. Walsh, Contract Specialist, Phone: 3019043571
 
E-Mail Address
bonnie.m.walsh.civ@us.navy.mil
(bonnie.m.walsh.civ@us.navy.mil)
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland, in support of PMA209 Air Combat Electronics Program Office, requires support of the Tactical Aircraft Moving Map Capability (TAMMAC) program, for a software solution to integrate 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. The redesign will integrate a new Automated Terrain Awareness Warning System (ATAWS) software module and Interface Design Document (IDD) (provided as Government Furnished Equipment (GFE)), to support expanded ATAWS identifier. This requirement provides engineering and technical support and as well as Non-Recurring Engineering (NRE) for the support of DMC/DVMC software integration, supporting third party labs, and Government-performed flight test of the Automatic Ground Collision Avoidance Systems AGCAS. The AGCAS� program objective is to provide an automatic recovery of the aircraft to avoid Controlled Flight Into Terrain (CFIT). This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business opportunities exist for the award of this contract. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. BACKGROUND Avionics upgrades to Naval Aviation platforms are required to ensure compliance with current safety and airworthiness requirements. These upgrades and improvements to the aircrew systems demand a software upgrade beyond the current legacy capabilities supporting platform avionics system requirements for Tactical Aircraft Moving Map Capability (TAMMAC) program. Components include, but are not limited to, the Automatic Ground Collision Avoidance Systems (AGCAS), Digital Map Computers (DMC), and Digital Video Map Computers (DVMC). The legacy capability is Terrain Awareness Warning software that is hosted in the DMC and DVMC that alerts the pilots of CFIT incidents, provides guidance to avoid CFIT with the appropriate warning and alerts. The upgrade will permit the aircraft to automatically recover from potential CFIT in the event the pilot is incapacitated. ANTICIPATED CONTRACT TYPE The contract type for this requirement is a non-performance based (Cost Plus Fixed Fee (CPFF)). ELIGIBILITY The Product Service Code (PSC) for this requirement is 7B22 (IT and Telecom � Computer Hardware and Perpetual License Software). The North American Industry Classification System Code (NAICS) is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing). All eligible parties are encouraged to respond. CAPABILITY STATEMENT/REQUIREMENTS At a minimum, the firm must be capable of providing the knowledge and ability to design and redesign software, provide Non-Recurring Engineering (NRE) and testing in support of DMC software integration, including integrating a new Automated Terrain Awareness Warning System (ATAWS) software module; supporting third party labs, and Government-performed flight test of the Automatic Ground Collision Avoidance Systems AGCAS. The firm must have knowledge, software, software tools, and documentation of the Digital Map Computer (DMC)/Digital Video Map Computer (DVMC), to integrate a new ATAWS software algorithm in the F/A-18 E/F & EA-18/G. The firm must be capable of supporting the following activities as pertains to the Digital Map Computer (DMC)/Digital Video Map Computer (DVMC), and Flight Control Computer (FCC), Software Development, Software Testing, Software Configuration Management, Test Procedures and associated support equipment to include but not limited to: repair/modification, spare/repair parts, development/modification of support equipment, test and integration support, engineering and technical support, studies/investigations, engineering changes, training, and technical manuals. SUBMISSION REQUIREMENTS SUBMITTAL INFORMATION It is requested that interested businesses submit a brief capabilities statement package to the A2523000 Procurement Group in no more than 10 pages in length demonstrating their capabilities. A page is defined as a single sided 8.5� by 11� page using 1� margins from each edge. Response must be in font size 12, Times New Roman. All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses. The capability statement shall be submitted via electronic mail (Email) to the Contract Specialist, Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil Submission must be received at the email address specified no later than 4:00 pm Eastern Standard Time (EST) on 25 November 2025. The information shall be submitted as UNCLASSIFIED. No phone calls will be accepted. All questions or inquiries regarding this notice must be directed to the Procuring Contracting Officer, Travora Levasseur at Travora.r.levasseur.civ@us.navy.mil and Contract Specialist, Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil The Government may elect to not discuss submissions received in response to this Sources Sought with individual responders. There is no requirement to respond to the Sources Sought to be eligible for this procurement. However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy. Respondents shall fully use this opportunity to describe proven capabilities in performing the requirement. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All information received in response to this Sources Sought may be marked �Proprietary�. After all data has been reviewed, an e-mail response will be sent. Response Submission Deadline: Responses to the Sources Sought must be submitted no later than 4:00 PM, Eastern Standard time on 25 November 2025. Sources Sought submissions will be accepted as email attachments only. All responses must be sent to the Contract Specialist, bonnie.m.walsh.civ@us.navy.mil with the following subject line: �DMC/DVMC Sources Sought Response � TAMMAC�
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/67b6c3c128f3473887cebb8a9e5b8050/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07639192-F 20251112/251110230034 (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.