SOLICITATION NOTICE
70 -- Integration 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
- Notice Date
- 12/10/2025 4:15:27 AM
- Notice Type
- Combined Synopsis/Solicitation
- 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
- N0042126RFPREQTPM2090112
- Response Due
- 12/26/2025 9:00:00 AM
- Archive Date
- 01/10/2026
- 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 Systems Command (NAVAIR), Air Combat Electronics Program (PMA 209), Patuxent River, MD intends to negotiate and award a Sole Source Contract with L3Harris Technologies, Inc. 2400 Palm Bay Rd NE, Palm Bay, FL 32905-3377, 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 AGCAS. The AGCAS� program objective is to provide an automatic recovery of the aircraft to avoid Controlled Flight Into Terrain (CFIT). 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 AGCAS, DMC, and 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. This acquisition is being pursued on a sole-source basis under the authority of 10 U.S.C 3204(a)(1), as implemented by Federal Acquisition Regulation (FAR) Part 6.302-1(a)(2), only one responsible source and no other supplies or services will satisfy agency requirements. L3Harris is the sole designer, developer, and manufacturer of the AGCAS, DMC, and DVMC, and is the only source with the knowledge, expertise, and technical data required to successfully maintain and provide software upgrades to these systems. THIS SYNOPSIS IS NOT A REQUEST FOR PROPROSAL. This notice outlines the Government�s intent to contract on a sole source basis with L3Harris Technologies, Inc. The Government does not intend to fund the development or qualifications of other sources for fulfilling this requirement. The Government will consider all information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this procurement based upon responses to this notice is solely within the discretion of the Government. No phone inquiries will be entertained. All inquiries and concerns shall be addressed via email to Bonnie M. Walsh at bonnie.m.walsh.civ@us.navy.mil no later than 24 December 2025, 12:00 pm eastern time. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Companies interested in subcontracting opportunities should contact L3Harris Technologies, Inc. directly.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/51380ea06d884ed5a8a8da1e5e2ede75/view)
- Place of Performance
- Address: Palm Bay, FL 32905, USA
- Zip Code: 32905
- Country: USA
- Zip Code: 32905
- Record
- SN07662451-F 20251212/251210230041 (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 |