The Naval Air Systems Command (NAVAIR), Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River has a requirement to procure Flight Management System (FMS) Navigation Database software subscription services compatible with the E-2D.
This SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the service described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The incumbent contractor is Jeppesen, Mashpee, MA. The prior contract is N00421-21-C-0018.
The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought.
ANTICIPATED PERIOD OF PERFORMANCE
Base Period 22 March 2026 - 21 March 2027
Option Period I 22 March 2027 - 21 March 2028
Option Period II 22 March 2028 - 21 March 2029
Option Period III 22 March 2029 - 21 March 2030
Option Period IV 22 March 2030 - 21 March 2031
REQUIREMENTS
NAWCAD, located at the Naval Air Station, Patuxent River, MD has a requirement for Flight Management System (FMS) Navigation Database so ware subscriptions compatible with the E-2D in support of the Program Management, Air (PMA-231) E-2/C-2 Program. The Government’s requirement is to deliver Navigational Database updates for the E-2D Advanced Hawkeye (AHE) FMS. The Contractor shall provide database subscription updates on a 28 day cycle in the Aeronautical Information Regulation And Control (AIRAC) format, through the period of performance. Delivery of the operational database shall be via electronic means. The Contractor shall provide a copy of delivered data (USN3) to the Navy (PMA-231 and the NAWCAD Core Avionics Engineering Division) with every cyclic delivery of the subscribed product. The database must comply with DO-200C “Standards for Processing Aeronautical Data” and must have a Letter of Acceptance (LoA) Type 2 issued by the Federal Aviation Administration (FAA). The contractor shall follow quality feedback reporting as outlined by DO-200C. The Contractor shall report to the Navy all internal quality issues or non-compliances that are required to be reported under the Contractor’s LOA Type 2 from the FAA. The contract type is intended to be Firm-Fixed Price (FFP).
SUBMITTAL INFORMATION
It is requested that interested businesses submit a brief capabilities statement package (no more than 5 page in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requirements listed above to the contracting office. This documentation must include, at a minimum, the following:
- Company profile to include number of employees, and a statement regarding current small/large business status (including all applicable categories of small business: Service Disabled Veteran-Owned Small Business, HubZone, 8A, Woman- Owned Small Business, Veteran-Owned Small Business or Small Disadvantaged Business);
- Prior/current corporate experience performing efforts of similar requirements within the last three years, including contract number, organization supported, indication of whether as prime or subcontractor, contract values, Government point of contract, and a brief description of how the referenced contract relates to the requirements described herein;
- Ability to provide the database software subscription services in its entirety as described above; Verification of a LOA Type 2 from the FAA.
The capability statement package shall be sent by email to joy.a.mcbride2.civ@us.navy.mil. Submissions must be received no later than 5:00 pm Eastern Standard Time on Tuesday, 17 June 2025. Questions or comments regarding this notice may be addressed to Joy Mcbride via email at joy.a.mcbride2.civ@us.navy.mil. All responses must include the following information: Company Name; Company Address; CAGE code; Point of Contact (POC) name; phone number; and e-mail address.