C-17 Data Recorder
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force has released a Draft Request for Proposal (RFP) for the C-17 Data Recorder (DBRS) system, seeking industry input. This effort aims to retrofit the USAF C-17 fleet with Line Replaceable Units (LRUs) to comprehensively record, transfer, and retain all databus traffic. This acquisition is a Total Small Business Set-Aside. The official RFP release and proposal due date are currently To Be Determined (TBD).
Scope of Work
The C-17 System Program Office (SPO) requires a system capable of capturing all data across C-17 aircraft data buses and fuel quantity computers. The DBRS will involve procuring LRUs and spares, followed by field installations. The procurement strategy includes 222 LRUs and spares for the USAF C-17 fleet, 12 testing articles for Boeing AISF and USAF flight tests, and 3 kits plus 1 spare for the NATO Airlift Management Program (NAMP), totaling 257 LRUs. The contract will be a requirements-type Indefinite Delivery Contract with a 5-year ordering period.
Key Requirements & Clarifications
- Data Capture: The DBRS must record all installed MIL-STD-1553/ARINC 429 bus and fuel quantity computer data. Specific data bus protocols and capture rates are detailed in Attachment 10.
- Flight Certification: Military Flight Release (MFR) approval is required prior to delivery acceptance of production LRUs.
- Cybersecurity: The system will handle Controlled Unclassified Information (CUI) and must comply with NIST SP 800-53 controls, including secure boot and trusted computing. Encryption for stored or transferred data is not required.
- Past Performance: Commercial aerospace data system integration experience is not acceptable. Past performance must demonstrate manufacturing of a databus recorder or similar solutions for fleet aircraft.
- Hardware: Specific 6-pin and 128-pin connectors are mandatory to mate with aircraft harnesses; alternate connectors are not satisfactory.
- Data Storage: The DBRS will cease writing data if storage capacity is reached.
Evaluation & Submission
This will be a tradeoff source selection, with evaluation factors including Technical (most important), Past Performance, and Price. Offerors are encouraged to submit written comments and questions regarding the draft RFP's requirements and evaluation criteria to the provided contacts. All questions and answers will be published.
Timeline
- Published Date: March 20, 2026 (latest update).
- Proposal Due Date: To Be Determined (TBD).
- Award Expectation: Approximately 10 months after RFP release.
- Production Timelines: Anticipated ramp-up with Lot 1 (Aug 2027), Lot 2 (Mar 2028), Lot 3 (Dec 2028), Lot 4 (Aug 2029).
Contacts: Robert Rollins (robert.rollins.2@us.af.mil) and Jasmine Jordan (jasmine.jordan.4@us.af.mil).