P-8A POSEIDON ELECTRONIC FLIGHT BAG LICENSES (EFB) AND NAV DATABASES
Product Service Code (PSC): 7A20 – IT AND TELECOM – APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE)
NAICS Code: 541511 – CUSTOM COMPUTER PROGRAMMING SERVICES
Solicitation Number: N00019-25-RFPREQ-APM290-0507
NOTICE INFORMATION
Agency/Office:
Naval Air Systems Command
Title:
P-8A Poseidon Electronic Flight Bag Licenses (EFB) and Navigational (NAV) Databases
- INTRODUCTION
This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to identify potential sources and their technical capabilities. The result of this market research will contribute to determining the method of acquisition and issuance of a solicitation.
The Naval Air Systems Command (NAVAIR) at Patuxent River, MD has a requirement to procure commercial-off-the-shelf software subscriptions used in calculating P-8A Poseidon aircraft performance for Calendar Years (CY) 2026 through 2029. The software subscriptions incorporate ForeFlight Dispatch, FliteDeck Pro, ForeFlight Military Flight Bag (MFB), On-board Performance Tool (OPT), OPT Airport Database, and Aeronautical Radio Incorporated (ARINC)- 424 Navigational database (NAV database) tools. The NAV database tool is required to be updated every twenty-eight (28) days.
Estimated RFP release: 1st Quarter FY26
Estimated Award: 4th Quarter FY26
Period of Performance: Base ordering period of 12 months and four option periods of 12 months each
DISCLAIMER
THIS NOTICE 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 OBLIGATIN TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY.
- PROGRAM BACKGROUND
The subject effort of this Notice is a follow-on to the predecessor P-8A Poseidon Electronic Flight Bag Licenses (EFB) and NAV Databases IDIQ contract, N68335-23-D-0008; a commercial firm fixed price type contract, for which Boeing Digital Solutions, Inc. was the sole provider.
Boeing Digital Solutions, Inc. is the only known source capable of providing a commercial off-the-shelf annual navigation database subscription with monthly updates that conforms to the packing, coverage, and data format requirements of the P-8A AFMC.
NAVAIR Freedom of Information Act (FOIA) website https://www.navair.navy.mil/foia/.
- ANTICIPATED CONTRACT TYPE
NAVAIR intends to award a firm fixed price, IDIQ contract.
- REQUIREMENTS
The Contractor shall deliver the NAV Database subscription, ForeFlight Dispatch; OPT Airport Database (compatible with OPT version listed hereafter), OPT Software (latest version), ForeFlight MFB (latest version), and FliteDeck Pro (latest version) licenses. The NAV database tool is required to be updated every twenty-eight (28) days in accordance with Chief of Naval Operations Functional Requirements Document of Required Navigation Performance Area Navigation, Revision B (Change 1) of 8 December 2014. The total maximum quantities of annual navigation database software subscriptions to be included in this contract are 3,967.
- ELIGIBILITY
The PSC for this requirement is 7A20; the NAICS is 541511.
- SUBMISSION DETAILS
Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 15 calendar days after the posting date of this Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications.
- Small/Large Business Status: A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status.
- Execution: A description of the technical approach for meeting schedule and performance requirements of the contemplated procurement. If a small business, provide a description of the plan for ensuring that the small business performs at least 50% of the work itself in terms of cost of performance.
- Experience: A description of previous (awarded within last 3 years) or current relevant contracts.
- Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc.
- Facilities: Availability and description of facilities and equipment that will be utilized to meet requirements.
- Security: A description of facility and personnel security regarding the handling and storage of classified information and hardware.
- Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement.
Responses to this RFI are not to exceed 20 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 10 point Times New Roman. A two-sided page will be considered one page for the purpose of counting the 20-page limit. Responses may include multiple concepts. The Government requests that the respondents deliver responses electronically via e-mail in Microsoft Work or PDF format with proper markings for unclassified and propriety information within 15 days of the publication date of this RFI. Classified material SHALL NOT be submitted. All submissions should include RFI Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contract who is able to discuss the material submitted. Point-of-contract information shall include name, position, phone number, and e-mail address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. All submissions shall be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this RFI is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to the capability statement packages, but may request additional information following review. 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.
This capability statement package shall be sent by e-mail to Samantha Ragan at samantha.j.ragan.civ@us.navy.mil and Ronald Hickman at ronald.a.hickman.civ@us.navy.mil.