Request for Information - Mounted Assured Positioning, Navigation, and Timing System (MAPS) GEN II Production and Sustainment IDIQ
ID: W56KGY-26-MPNT-0001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APGABERDEEN PROVING GROU, MD, 21005-1846, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

RADIO NAVIGATION EQUIPMENT, EXCEPT AIRBORNE (5825)
Timeline
    Description

    The Department of Defense, specifically the Army Program Executive Office Intelligence, Electronic Warfare & Sensors (PEO IEW&S), is seeking sources for the Mounted Assured Positioning, Navigation, and Timing System (MAPS) Generation II through a Request for Information (RFI). The objective is to gather feedback and identify potential prime contractors capable of providing assured PNT to warfighters and combat platforms, particularly in GPS-contested environments. This system is crucial for enabling mission execution across the Army, as it supports various combat and combat service support missions. Interested parties must submit a white paper by January 19, 2026, detailing their capabilities, including production plans, technical documentation, and quality management systems, while also completing a security questionnaire to access further documentation. For inquiries, contact Charles Compton at charles.t.compton5.civ@army.mil or Lori Andrese at lori.r.andrese.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Army Program Executive Office Intelligence, Electronic Warfare & Sensors (PEO IEW&S) is seeking sources for the Mounted Assured PNT System (MAPS) Generation (GEN) II. This Request for Information (RFI) aims to gather feedback and identify potential prime contractors for providing assured-PNT to warfighters and combat platforms, enabling mission execution in GPS-contested environments. The incumbent contractor is Rockwell Collins, Inc. The RFI details required capabilities, including technical documentation, sustainment, production experience, quality management systems (ISO 9001 or AS9100), manufacturing plans (150 systems/month with a 300/month surge capacity), technical performance, integration, fielding support, and testing. Respondents must also complete a security questionnaire to receive the System Requirements Document (SRD) and provide information on hazardous material handling and intent to act as a prime or subcontractor. White papers are due 30 days after the RFI posting, limited to 15 pages.
    Similar Opportunities
    Request for Information regarding industry’s capabilities and related experience to modernize the GPS-S.
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command (MCSC), is seeking industry input through a Request for Information (RFI) regarding the modernization of the Global Positioning System-Survey (GPS-S). The objective is to gather capabilities and experiences from potential contractors to enhance the GPS-S, which is crucial for providing accurate survey information to Marine Artillery Sensor Sections in diverse and challenging terrains. Key modernization efforts include integrating M-code GPS, ensuring compatibility with Windows 11-compliant software, facilitating communication between stations via AN/PRC-163 radio, and upgrading the handheld controller. Interested parties must submit their responses, limited to 15 pages, by December 24, 2025, and can direct inquiries to Melanie Williams at melanie.willaims.civ@usmc.mil.
    PL EA - Vehicle Mounted ESEA System RFI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) for a Vehicle Mounted Electromagnetic Support and Electromagnetic Attack System. This RFI seeks mature commercial off-the-shelf (COTS) or government off-the-shelf (GOTS) systems capable of electromagnetic sensing and attack, aimed at informing requirements development and acquisition strategy for the Army's electronic warfare capabilities. Interested parties, particularly Cleared Defense Contractors with an active CAGE Code and a SECRET or higher Facility Clearance Level, are invited to submit white papers detailing their system's maturity, technical capabilities, and cost/schedule by December 18, 2025, at 3:00 PM EST. For further inquiries, interested vendors can contact Kimberly Barnes at kimberly.v.barnes.civ@army.mil or Kellie R. Clavijo at kellie.r.clavijo.civ@mail.mil.
    Time-Space-Position Optical Tracking (T-SPOT)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command - Orlando, is issuing a Sources Sought Notice for the Time-Space-Position Optical Tracking (T-SPOT) project, aimed at identifying potential sources for a technology study and trade space analysis. The primary objective is to develop a system architecture and concept of operations for a non-GNSS-based Time-Space-Position Information (TSPI) truth sensor that can operate effectively in environments where GNSS is denied, thereby enhancing the testing of advanced navigation systems. This initiative is crucial due to the increasing reliance on GNSS navigation systems and the corresponding threats posed by adversaries who seek to jam or spoof these systems. Interested parties must submit a capability statement by 4:00 p.m. EST on February 20, 2026, to the designated contacts, including Peter Jorg and John Mosby, with no funds available for response preparation.
    MDA Agile Professional Services Solution (MAPSS)
    Dept Of Defense
    The Missile Defense Agency (MDA) is seeking industry participation for its Agile Professional Services Solutions (MAPSS) initiative, which aims to procure advisory and assistance services to enhance missile defense capabilities for the U.S. and its allies. The procurement will be structured in multiple tranches, focusing on various areas such as engineering, logistics, cybersecurity, and program support, with a significant emphasis on engaging small businesses. This initiative is critical for maintaining and advancing the operational effectiveness of the Missile Defense System, with an estimated total contract value of approximately $5.5 billion over the next decade. Interested vendors are encouraged to submit their capabilities statements and responses to the Requests for Information (RFIs) by October 3, 2024, and can direct inquiries to Jennie Frantum at jennie.frantum@mda.mil or by phone at 256-450-3442.
    Request for Information - Man-Portable Direction Finding System - REVISED
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting market research to identify potential sources for a Man-Portable Direction Finding (DF) System intended for Special Warfare operations. This system is crucial for Guardian Angel teams to rapidly locate isolated personnel emitting radio frequency (RF) signals, enhancing their operational effectiveness in critical situations. Key requirements for the system include high direction finding accuracy, a broad frequency range of 500 KHz to 6 GHz, a lightweight and rugged design, and interoperability with existing equipment, among other capabilities. Interested parties are encouraged to submit their responses detailing product capabilities and associated costs by January 2, 2026, to Jamie Sclafani at jamie.sclafani@us.af.mil.
    Marketplace for the Acquisition of Professional Services (MAPS)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command-Aberdeen Proving Ground (ACC-APG), is initiating the Marketplace for the Acquisition of Professional Services (MAPS), which will merge the follow-on acquisitions of Responsive Strategic Sourcing for Services (RS3) and Information Technology Enterprise Solutions 3-Services (ITES-3S). This procurement aims to streamline the acquisition of professional services, enhancing efficiency and collaboration within the Program Executive Office Enterprise Information Systems (PEO EIS). The MAPS initiative is significant as it consolidates two major service contracts, ensuring that the Army can effectively meet its operational needs. Interested parties are encouraged to monitor SAM.gov for updates, including an anticipated industry day before the end of FY24, and can reach out to primary contact Jeannette M. Brush at jeannette.m.brush.civ@army.mil or secondary contact Molly Clark at molly.e.clark5.civ@army.mil for further information.
    Project Manager Terrestrial Sensors (PM TS) Market Research for Enterprise Command & Control (C2) Capabilities for Air and Ground C5ISR Systems
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking information through a Request for Information (RFI) regarding Command-and-Control (C2) capabilities for integration with Ground and Air platforms within the Project Manager Terrestrial Sensors (PM TS) portfolio. The RFI aims to gather insights on novel and mature Technology Readiness Level (TRL) 8-9 C2 software technologies that are platform-agnostic, enhancing situational awareness and informing future investments in C2 and C5ISR systems. Interested parties are required to submit a Capability Statement, not exceeding 10 pages, by December 15, 2025, detailing their company information, past experience, and proposed C2 solutions, with the response due date for the RFI set for January 5, 2026. For inquiries, contact Thao Trinh at thao.h.trinh.civ@army.mil or Rosetta Wisdom-Russell at rosetta.wisdom-russell.civ@army.mil.
    Land Mobile Radio (LMR) Modernization and Interoperability Into Base Emergency Communications System (BECS)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking industry capabilities for the modernization and interoperability of Land Mobile Radio (LMR) systems into the Base Emergency Communications System (BECS). The procurement aims to identify a compliant LMR subsystem that integrates with existing Army systems, focusing on interoperability with various emergency communication frameworks, ensuring cybersecurity compliance, and providing lifecycle sustainment. This initiative is crucial for enhancing emergency communication capabilities within the Continental United States (CONUS). Interested parties are encouraged to review the attached Request for Information and submit their responses by January 2, 2026, at 4:00 PM ET. For further inquiries, contact Katia Lacoste at katia.lacoste.civ@army.mil or Mark Grimsley at mark.c.grimsley.civ@army.mil.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Redstone Arsenal, is seeking information on small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor through a Request for Information (RFI). The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, and Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), that meet specific performance and production criteria, such as a Technology Readiness Level (TRL) of 5 or greater and compatibility with missile diameters of 40mm to 70mm. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to enhance the Army's capabilities in missile defense. Interested parties must submit their responses, including a technical white paper and an Excel data sheet, by 11:00 AM CST on December 19, 2025, to the primary contact, Ms. Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    Sources Sought Synopsis: Repair of the GPS Power System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the repair of the GPS Power System, focusing on electronic and radio components for the AN/FRC-178 system. The Government is seeking small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, to participate in a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) firm-fixed price contract for this work. Interested contractors must demonstrate their ability to obtain or create the necessary resources to perform repairs, as the technical data is currently owned by X Technologies, Inc. Responses are due by January 5, 2026, at 12:00 PM MST, and should be directed to Valerie Humphries at valerie.humphries@us.af.mil.