Closed Solicitation · DEPT OF DEFENSE

    BAROMETRIC ALTIMETER DIGITAL REPLACEMENT

    Sol. N00421-30-RFPREQ-TPM209-0001PresolicitationPATUXENT RIVER, MD
    Closed
    STATUS
    Closed
    closed Aug 10, 2025
    POSTED
    Jul 29, 2025
    Publication date
    NAICS CODE
    334511
    Primary industry classification
    PSC CODE
    6605
    Product & service classification

    AI Summary

    The Department of the Navy is seeking information on digital barometric altimeters to replace existing analog systems. This RFI aims to gather market capabilities for products that enhance performance and reliability while being compatible with legacy systems. Interested parties must submit their capabilities by August 1, 2025, via email to the designated contact. This is solely for information purposes and does not constitute a solicitation.

    Contract details

    Solicitation No.
    N00421-30-RFPREQ-TPM209-0001
    Notice Type
    Presolicitation
    Posted Date
    July 29, 2025
    Response Deadline
    August 10, 2025
    NAICS Code
    334511AI guide
    PSC / Class Code
    6605
    Primary Contact
    Kassidy Cross
    State
    MD
    ZIP Code
    20670-1545
    AI Product/Service
    product

    Description

    Request for Information (RFI)

    Barometric Altimeter Digital Replacement

    RFI Number: N00421-30-RFPREQ-TPM209-0001

    Classification Code (PSC): 6605

    NAICS Code: 334511

    1. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD, is soliciting information from industry to determine market capability of sources regarding the availability and technical capabilities of digital barometric altimeters to replace existing analog or legacy systems.
    2. The United States Navy currently utilizes analog/mechanical barometric altimeters across a variety of platforms (e.g., aircraft, UAVs, ground stations). These legacy systems are increasingly difficult to maintain due to obsolescence, limited parts availability, high maintenance man-hour costs, and performance limitations. The Navy is seeking to replace the AAU-32, AAU-39, and AAU-52 barometric altimeters that are form/fit/function compatible or adaptable to legacy systems, can provide enhanced performance, accuracy and reliability, and meet aviation or mission-specific regulatory and environmental standards.

    RESPONSES

    1. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.
    2. In response to this RFI, respondents shall submit written responses in PDF format to include:
    • Company name, point of contact, address, phone number, email
    • A cover letter summarizing the submission and outlining key capabilities
    • Responses to each section outlined below

    Please send responses to:

    Kassidy Cross

    Kassidy.a.cross.civ@us.navy.mil

    Deadline for submission is 1 AUG 2025

    SPECIAL REQUIREMENTS AND REQUIRED CAPABILITIES

    1. Respondents should include a company capability statement, description of manufacturing facilities and the following requested information:
    • Product Information
      • Product name and model number(s)
      • Technical specifications (pressure range, altitude range, resolution, accuracy, update rate)
      • Digital interface protocols (e.g., RS-232, RS-422, CAN, ARINC 429, MIL-STD-1553)
      • Power Requirements
      • Environmental specifications (temperature range, vibration, humidity, EMI/RFI shielding)
    • Compliance and Certification
      • FAA TSO, DO-178C/DO-254, MIL-STD certifications, if applicable
      • Cybersecurity considerations for digital systems
    • Integration and Compatibility
      • Compatibility with legacy systems or platforms
      • Available interface adapters or conversion tools
      • Physical dimensions and mounting requirements
      • Installation guides or integration documents
    • Manufacturing and Support
      • Built-in-Test (BIT) features
      • Production lead times and capacity
      • Product lifecycle and obsolescence policy
      • Availability of OEN software for diagnostics
      • Warranty terms
    • Cost estimates
      • Rough Order of Magnitude (ROM) pricing for individual units and bulk procurement
      • Cost for engineering support, integration or customization (if applicable)
    • Data Rights and Licensing
      • Intellectual property rights and licensing terms for hardware/software
      • Availability of Government Purpose Rights or Unlimited Rights
      • Restrictions on source code access or firmware updates (if applicable)
    • Reliability and Performance History
      • Mean Time Between Failures (MTBF) or Mean Time to Repair (MTTR) data
      • Operational history or use in military/commercial platforms
      • Customer references or case studies
    1. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure in accordance with FAR 15.207, Handling Proposals and Information. All information received in response to this RFI, that is marked PROPRIETARY, will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.
    2. Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issues. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the beta.SAM.gov website: www.beta.SAM.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

    SUBMISSION DETAILS

    1. Interested parties shall submit a PDF document outlining their capabilities in meeting the special requirements and required capabilities as outlined in paragraph 5 of this Sources Sought notice.
    2. Interested parties shall adhere to the following instructions for the submittal of their capabilities statements
      1. Document Type: PDF
      2. Delivery: Electronic-mail (Email) Submission to the Contract Specialist, Kassidy Cross at Kassidy.a.cross.civ@us.navy.mil
      3. Response date: Responses are due by 3:30 PM EST on 1 AUG 2025
      4. No classified information shall be submitted in response to this Sources Sought
      5. No phone calls will be accepted
      6. All questions must be submitted via email to the Contract Specialist, Kassidy Cross, at Kassidy.a.cross.civ@us.navy.mil
      7. All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers and email addresses
      8. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside of the Government
      9. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice

    QUESTIONS AND ANSWERS PERTAINING TO THIS PRE-SOLICITATION ARE ATTACHED IN THE PDF DOCUMENT FOUND IN THIS PRE-SOLICITATION NOTICE AND UPDATED AS NEEDED. PLEASE REFER TO THE DOCUMENT ATTACHED.

    Key dates

    1. July 29, 2025Posted Date
    2. August 10, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    BAROMETRIC ALTIMETER DIGITAL REPLACEMENT is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.