Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Naval Air Systems Command (NAVAIR) is seeking innovative network solutions for the V-22 Osprey's "Digital Backbone" to facilitate rapid integration of new capabilities. This Sources Sought Notice aims to identify potential sources for software solutions that enhance avionics information dissemination and allow third-party applications to be onboarded without modifying existing mission processing software. Responses are due by September 26, 2025, and this notice is for market research only, not a solicitation.
Amendment 2: Paragraph 2 and 3 within the notice has been revised to provide clarification on the following question and answer (Q2/A2). Additionally, Paragraph 6 has been revised to extend the response date from 05 September 2025 to 26 September 2025.
Q2: What is considered the “mission management processing module”? The “mission/bus controller processing” card? Confirm the “avionics processor software” is externally hosted on another WRA via the external mission computer ethernet network, not within the Mission Computer WRA?
A2: The Mission Computer does indeed have three cards/modules: Display Processor (DPM), Map Processor (MPM), and Mission Computer Module (MCM). The "mission management/bus controller processing module" is referring to the MCM. The "avionics processor software" is internal to the Mission Computer.
Amendment 1: Paragraph 6 within the notice has been revised to provide clarification on the following question and answer (Q1/A1).
Q1: Does the requirement for Times New Roman 12-point font apply to graphics? Can a smaller font such as Arial 8-point font be used in graphics, submitted with the response?
A1: For graphics, any included text shall be legible and no smaller than 8-point font (no specified font).
1. Introduction: The Naval Air Systems Command (NAVAIR) V-22 Joint Program Office (PMA-275) is conducting market research to identify potential sources capable of providing innovative network solutions (Digital Backbone) that enable the rapid integration of new capabilities across MV and CV variants of the V-22 Osprey. This Sources Sought Notice (SSN) is for informational and planning purposes only and does not constitute a solicitation. This SSN is specifically for potential Digital Backbone solutions and is separate from other PMA-275 sources sought (i.e. V-22 Mission Processor and V-22 VeCToR Hardware/Center Console Suite). These solutions should include a comprehensive Software Development Kit (SDK) to facilitate efficient software integration, Application Programming Interface (API) management, documentation, Integrated Development Environment (IDE), and test tool/compilers. All information received in response to this notice is intended for market research purposes.
This is not a Request for Proposal (RFP), a Request for Quotations (RFQ), or an Invitation for Bids (IFB). No contract will be awarded as a result of this SSN; rather, this is a market research effort to inform future acquisition planning, with potential work anticipated to begin in 2027.
2. Description of Requirement/Project: PMA-275 is seeking software solutions to enhance the V-22's ability to rapidly disseminate avionics information and connect new systems to the V-22’s Ethernet backbone outside of traditional Original Equipment Manufacturer (OEM) integration. The objective is to identify an innovative software approach that can be deployed on current Mission Avionics hardware and that allows PMA-275 to onboard 3rd party applications onto the V-22 without having to modify the current mission processing software, thereby being able to deploy new advancements and capabilities asynchronously from the current software sustainment and new capability release process. This would rapidly allow the V-22 to integrate new technologies onto the platform without OEM integration support necessary.
PMA-275 is interested in solutions that achieve the following performance Digital Backbone objectives:
PMA-275 is open to considering a wide range of potential solutions, including but not limited to:
Potential Product Service Codes are 1680 or 7A20.
3. Technical Background: The V-22 employs a dual redundant Mission Computer avionics scheme that receives MIL-STD-1553B traffic from various Remote Terminals (RT) on 2 dual redundant 1553 buses. The Mission Computer utilizes a Gigabit Ethernet (GBE) framework internally to transfer data between 3 modules. The Mission Computer Module (MCM) utilized for mission and bus controller processing, the Display Processing Module (DPM) for display processing, and the Map Processing Module (MPM) for map processing. The Mission Computer utilizes Ethernet externally for data transfer systems and has limited ports to connect to additional systems. To add Ethernet-based systems to the V-22, the Mission Computer Ethernet network has been extended by employing 2 dual redundant hardened Ethernet routers (firewall and managed switch included). The MCM is the target of this RFI to employ new software for bidirectional communication of data between the current mission processing software and other applications hosted locally or on the Ethernet network without having to modify the current mission processing software for future integration of 3rd party applications or hardware systems.
4. Program Background: The current V-22 avionics software sustainment process involves intensive OEM integration of display and mission processing though various subcontractors. While reliable, this process takes longer than desired for new software capability to be released to the fleet. This process faces challenges in meeting the evolving demands for increased rapid integration of new capabilities. These challenges stem from:
PMA-275 seeks to identify solutions that overcome these challenges and enable the V-22 to efficiently adapt to future mission requirements.
5. Information Requested: Interested parties are requested to provide the following information:
6. Submission Instructions: Full UNCLASSIFIED response submissions with the requested supporting data above must be received electronically no later than 5:00 PM ET 26 September 2025 to Kady Harris and Marissa Fields at the following e-mail addresses: Kady.m.harris.civ@us.navy.mil and marissa.g.fields.civ@us.navy.mil.
Format: Provide full unclassified response via electronic media that is Microsoft Office 2016 compatible or PDF/A. Electronic media must utilize Optical Character Recognition and allow printing, copying, and word search to permit efficient & effective evaluation of responses. Submissions via E-mail and/or DoD SAFE Drop off are accepted. If a DoD SAFE Drop off is required, please send a request to the points of contact above at least 2 full business days prior to your intended submission date.
Page Limits: Responses should observe the page limits requested, inclusive of any attachments and enclosures.
Language & Font: Narrative responses must be entirely in English and utilize Times New Roman 12-point font. For graphics, any included text shall be legible and no smaller than 8-point font (no specified font).
Data Markings: To complete its review, NAVAIR must be able to share the respondent’s information within the Government, with Federally Funded Research and Development Centers (FFRDCs) (as defined in FAR 35.017). For this effort, NAVAIR is engaging with the MITRE administered National Security Engineering Center (NSEC) FFRDC, serving as non-government technical advisors. FFRDCs are given broad access to sensitive and proprietary data and do not compete with the private sector.
Non-Disclosure Agreements (NDA): Please initiate a request through NAVAIR Contracts Team, Kady Harris and Marissa Fields at the following e-mail addresses: kady.m.harris.civ@us.navy.mil and marissa.g.fields.civ@us.navy.mil.
7. Questions: Direct unclassified questions regarding this RFI electronically in writing to NAVAIR Contracts Team, Kady Harris and Marissa Fields via e-mail at kady.m.harris.civ@us.navy.mil and marissa.g.fields.civ@us.navy.mil. All questions and any requests for additional information required to support a response must be made in writing via email. Telephone requests for additional information will not be honored. All questions and answers regarding this RFI may be posted as updates to this notice. The Government reserves the right to not address questions received after the timeframes posted in this notice.
Disclaimer: This is a request for information (RFI) only. This RFI is issued solely as market research for information and planning purposes – it does not constitute a request for proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the government to contract for any supply or service as a result. The requirements are subject to change and the information provided below is for informational purposes only. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the federal business opportunities website. It is the responsibility of potential offerors to monitor this website for additional information pertaining to this requirement
8. Summary: This is a request for information only to identify sources that can provide digital backbone capabilities for the MV-22/CV-22 aircraft. This request is separate from the VeCToR Hardware/Center Console Suite and V-22 Mission Processor Sources Sought. The information provided in the RFI is subject to change and is not binding on the government. This is not a request for proposals. The Government has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become government property and will not be returned.
V-22 TECHNOLOGY REFRESH “DIGITAL BACKBONE” 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
AI-powered intelligence for the right opportunities, the right leads, and the right time.