Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2025 SAM #8649
SOLICITATION NOTICE

D -- C-130J TERRAIN AWARENESS AND WARNING SYSTEM

Notice Date
7/30/2025 5:06:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8504 AFLCMC WLNKA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8504-25-R-B011
 
Response Due
8/12/2025 2:00:00 PM
 
Archive Date
08/27/2025
 
Point of Contact
Vicki Wechsler, Brontavious Harris
 
E-Mail Address
vicki.wechsler@us.af.mil, vicki.wechsler@us.af.mil
(vicki.wechsler@us.af.mil, vicki.wechsler@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This annoucement consititutes the only solicitation; proposals are being requested via Request for Proposal (RFP) attached. This requirement is for the acquisition of Terrain Awareness and Warning System (TAWS) to support the Bi-annual (every 6 months)Tactical and (1X) annual Commercial software update for C-130J aircraft users. The C-130J TAWS Tactical Database is developed by Honeywell and merges the Honeywell commercial terrain database with the National Geo spatial-intelligence Agency's (NGA) obstacles data tactical . This contract action will result in a Sole Source Firm Fixed Price (FFP) definitive contract. Period of performance: 12 month delivery schedule and three 12 month Option periods. This action is a follow-on contract to the current FA8504-21-C-0002, for the same services. This contract will be a definitive C type Firm-Fixed Price (FFP) for four (4) years, including a 12-month basic period and three (3) 12-month annual option periods. The projected period of performance is 30 August 2025 to 29 August 2029. This contract action is a modified commercial item will utilize FAR 12, Commercial Procedures, in conjunction with FAR 13.501, Simplified Acquisition Procedures. This sole source requirement will be purchased from the following company: Honeywell International, Inc. DBA Honeywell 21111 n 19th Avenue Phoenix, AZ 58960 This sole source requirement is pursant to 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or services will satifsy agency requirements. Pleaser be advised that there are NO TECHNICAL DATA AVAILABLE and is proprietary to the identified source above. Therefore, this notice is NOT a request for competitive proposals as the givernment does not own or possess the data necessary to facilitate competition for these services. However, all responsible sources may submit a capability statement which shall be considered by the agency. A determination not to compete this requirement, based on repsonses to this notice, is solely within the discreion of the government. The government will NOT be responsible for any cost incurred by interested parties in responding to this synopsis. The government is not obligated to and will no pay for any information received from potential sources as a result of this notice. Proposals are due (30 days). Electronic procedures will be used for this solicitation,
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/45fc6adf9db64bbfbe38911365c86988/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07529823-F 20250801/250730230055 (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.