Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2025 SAM #8629
SOURCES SOUGHT

70 -- V-22 Technology Refresh �Digital Backbone�

Notice Date
7/10/2025 12:01:17 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-25-RFPREQ-APM275-0634
 
Response Due
9/5/2025 2:00:00 PM
 
Archive Date
09/20/2025
 
Point of Contact
Kady M. Harris
 
E-Mail Address
kady.m.harris.civ@us.navy.mil
(kady.m.harris.civ@us.navy.mil)
 
Description
1. Introduction: The Naval Air Systems Command (NAVAIR) V-22 Joint Program Office (PMA-275) is conducting market research to identify potential sources capable of providing innovative network solutions (Digital Backbone) that enable the rapid integration of new capabilities across MV and CV variants of the V-22 Osprey. This Sources Sought Notice (SSN) is for informational and planning purposes only and does not constitute a solicitation. This SSN is specifically for potential Digital Backbone solutions and is separate from other PMA-275 sources sought (i.e. V-22 Mission Processor and V-22 VeCToR Hardware/Center Console Suite). These solutions should include a comprehensive Software Development Kit (SDK) to facilitate efficient software integration, Application Programming Interface (API) management, documentation, Integrated Development Environment (IDE), and test tool/compilers. All information received in response to this notice is intended for market research purposes. This is not a Request for Proposal (RFP), a Request for Quotations (RFQ), or an Invitation for Bids (IFB). No contract will be awarded as a result of this SSN; rather, this is a market research effort to inform future acquisition planning, with potential work anticipated to begin in 2027. 2. Description of Requirement/Project: PMA-275 is seeking software solutions to enhance the V-22's ability to rapidly disseminate avionics information and connect new systems to the V-22�s Ethernet backbone outside of traditional Original Equipment Manufacturer (OEM) integration. The objective is to identify an innovative software approach that can be deployed on current Mission Avionics hardware and that allows PMA-275 to onboard 3rd party applications onto the V-22 without having to modify the main avionics software, thereby being able to deploy new advancements and capabilities asynchronously from the current software sustainment and new capability release process. This would rapidly allow the V-22 to integrate new technologies onto the platform without OEM integration support necessary. PMA-275 is interested in solutions that achieve the following performance Digital Backbone objectives: Enhanced Integration Speed: Significantly reduce the time and effort required to integrate new capabilities into the V-22. Improved Data Throughput: Increase the capacity and efficiency of data exchange within the V-22 avionics system. Open and Extensible Architecture: Provide a flexible and scalable architecture that can accommodate future growth and technological advancements through Ethernet. Reduced Life Cycle Costs: Minimize the long-term costs associated with maintaining and upgrading V-22 capabilities. Minimized System Impact: Solutions must minimize impacts to existing V-22 Integrated Avionics System (IAS) software, including the V-22 Mission Computer software (Joint Vertical lift experimental (JVX) Avionics Systems Software (JASS)) and V-22 display software (embedded V-22 Display Engine (eVDE)). Support for Open Standards: Solutions that leverage and support open standards, such as the Future Airborne Capability Environment (FACE), are highly desirable. Mixed Software Criticality: The warfighter may need to employ a range of mixed criticality software systems in the future, a software architecture that employs DO-178C DAL B assurance of data transferred is highly desired. PMA-275 is open to considering a wide range of potential solutions, including but not limited to: New networking technologies Software-defined architectures Innovative data management techniques Advanced integration methodologies Potential Product Service Codes are 1680 or 7A20. 3. Technical Background: The V-22 employs a dual redundant Mission Computer avionics scheme that receives MIL-STD-1553B traffic from various Remote Terminals (RT) on 2 dual redundant 1553 buses. The Mission Computer utilizes a Gigabit Ethernet (GBE) framework internally to transfer data between 3 cards utilized for mission/bus controller processing, display processing, and map processing. The Mission Computer utilizes Ethernet externally for data transfer systems and has limited ports to connect to additional systems. To add Ethernet-based systems to the V-22, the Mission Computer Ethernet network has been extended by employing 2 dual redundant hardened Ethernet routers (firewall and managed switch included). The mission management processing module is the target of this RFI to employ bidirectional communication of data on the Ethernet network to the avionics processor software without having to modify the mission processing software for future integration of 3rd party applications or hardware systems. 4. Program Background: The current V-22 avionics software sustainment process involves intensive OEM integration of display and mission processing though various subcontractors. While reliable, this process takes longer than desired for new software capability to be released to the fleet. This process faces challenges in meeting the evolving demands for increased rapid integration of new capabilities. These challenges stem from: Variant-Unique Solutions: Differing requirements among variants have resulted in non-common solutions. OEM Integration: The major display and mission processing software are co-developed between various contractors requiring multiple contracts and intensive coordination. Legacy Architecture Constraints: The existing architecture struggles to support increased data processing needs and rapid integration. Rigid Software Verification Process: The current mission processing software requires an intensive Verification & Validation (V&V) effort to release to aircraft. PMA-275 seeks to identify solutions that overcome these challenges and enable the V-22 to efficiently adapt to future mission requirements. 5. Information Requested: Interested parties are requested to provide the following information: Company Information (Cover page): Company Name Company Address Point of Contact (Name, Title, Phone Number, Email Address) Website URL Business Size (e.g., Small Business, Large Business, Other) and any applicable socioeconomic categories (e.g., Small Disadvantaged Business, Woman-Owned Small Business, Veteran-Owned Small Business) DUNS Number CAGE Code Proposed Solution Concept (1-page limit): A high-level overview of your proposed solution concept and how it would achieve the performance objectives outlined in Section 2. Describe the key features and benefits of your solution. Discuss any potential challenges or risks associated with your solution. Vendor Schedule Estimate (2-page limit) Provide a schedule timeline with estimated durations including key milestones such as design completion, prototyping, testing, and certification. Are there any key schedule risks and how would you mitigate them? Capabilities Statement (Maximum 6 pages): Provide a comprehensive capabilities statement outlining your company's experience and expertise in providing solutions that meet the performance objectives described in Section 2. This statement should demonstrate your understanding of the challenges associated with integrating new capabilities into existing avionics systems and your ability to deliver innovative and cost-effective solutions. Specifically, address the following aspects in your capabilities statement: Integration Methodology: Describe your general approach to integrating new capabilities into existing mission systems and air vehicle data architectures. Cybersecurity Framework: Briefly outline your cybersecurity framework for avionics solutions, focusing on cyber resiliency and software assurance. Data Rights: Discuss your general policies and practices regarding software and interface data rights, including your willingness to provide complete source code and unlimited data rights when possible. Open Systems Approach: Describe your experience with implementing open systems architectures and your understanding of the benefits of Modular Open Systems Approach (MOSA), Future Capability Environment (FACE), and DO-178C certification processes. Sustainability and Supportability: Outline your approach to ensuring the long-term sustainability and supportability of your solutions. Government Acquisition Approach (Maximum 3 pages): Provide any comments regarding the Government�s general acquisition approach. Including: What are the major programmatic risks you anticipate and how would you recommend the Government reduce those risks? What additional Government Furnished Information (GFI) would be expected or required in a solicitation to propose a solution to this potential requirement? Is there anything about this acquisition that unreasonably limits competition? Provide any other additional feedback or suggestions on the draft requirements described in Sections 2. 6. Submission Instructions: Full UNCLASSIFIED response submissions with the requested supporting data above must be received electronically no later than 5:00 PM ET 05 September 2025 to Kady Harris and Marissa Fields at the following e-mail addresses: Kady.m.harris.civ@us.navy.mil and marissa.g.fields.civ@us.navy.mil. Format: Provide full unclassified response via electronic media that is Microsoft Office 2016 compatible or PDF/A. Electronic media must utilize Optical Character Recognition and allow printing, copying, and word search to permit efficient & effective evaluation of responses. Submissions via E-mail and/or DoD SAFE Drop off are accepted. If a DoD SAFE Drop off is required, please send a request to the points of contact above at least 2 full business days prior to your intended submission date. Page Limits: Responses should observe the page limits requested, inclusive of any attachments and enclosures. Language & Font: Responses must be entirely in English and utilize Times New Roman 12-point font. Data Markings: [JS1] To complete its review, NAVAIR must be able to share the respondent�s information within the Government, with Federally Funded Research and Development Centers (FFRDCs) (as defined in FAR 35.017). For this effort, NAVAIR is engaging with the MITRE administered National Security Engineering Center (NSEC) FFRDC, serving as non-government technical advisors. FFRDCs are given broad access to sensitive and proprietary data and do not compete with the private sector. Non-Disclosure Agreements (NDA): Please initiate a request through NAVAIR Contracts Team, Kady Harris and Marissa Fields at the following e-mail addresses: kady.m.harris.civ@us.navy.mil and marissa.g.fields.civ@us.navy.mil. 7. Questions: Direct unclassified questions regarding this RFI electronically in writing to NAVAIR Contracts Team, Kady Harris and Marissa Fields via e-mail at kady.m.harris.civ@us.navy.mil and marissa.g.fields.civ@us.navy.mil. All questions and any requests for additional information required to support a response must be made in writing via email. Telephone requests for additional information will not be honored. All questions and answers regarding this RFI may be posted as updates to this notice. The Government reserves the right to not address questions received after the timeframes posted in this notice. Disclaimer: This is a request for information (RFI) only. This RFI is issued solely as market research for information and planning purposes � it does not constitute a request for proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the government to contract for any supply or service as a result. The requirements are subject to change and the information provided below is for informational purposes only. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the federal business opportunities website. It is the responsibility of potential offerors to monitor this website for additional information pertaining to this requirement 8. Summary: This is a request for information only to identify sources that can provide digital backbone capabilities for the MV-22/CV-22 aircraft. This request is separate from the VeCToR Hardware/Center Console Suite and V-22 Mission Processor Sources Sought. The information provided in the RFI is subject to change and is not binding on the government. This is not a request for proposals. The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become government property and will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/44b1adf872d0406db8354197af10b80c/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN07505965-F 20250712/250710230053 (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.