Marine Air Defense Integrated System (MADIS) and Light-MADIS (L-MADIS) Radar
ID: M67854-25-I-0224Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDERQUANTICO, VA, 22134-6050, USA

NAICS

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

PSC

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the United States Marine Corps, is seeking information from vendors regarding radar solutions for the Marine Air Defense Integrated System (MADIS) and Light-MADIS (L-MADIS) programs. The primary objective is to identify commercially available radar technology capable of detecting, tracking, and identifying aerial threats, particularly unmanned aerial systems (UAS) and fixed/rotary wing aircraft, to enhance the capabilities of ground-based air defense. This procurement is critical for supporting the Marine Air-Ground Task Force (MAGTF) and ensuring effective defense operations in various combat scenarios. Interested vendors must submit their responses by 1400 Eastern Time on October 17, 2025, to the designated contacts, Natalia Bruno and Megan Brady, via email, and should note that this is a request for information, not a solicitation for proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The RFI M67854-25-I-0224 seeks information on radar solutions, both active and passive, to meet classified requirements. Key areas of inquiry include desired 90-degree elevation coverage (especially at close range), specific detection ranges as a function of target RCS, elevation coverage, and update/scan rates, and detection accuracy for azimuth, elevation, and range. The government also asks if the radar must operate on-the-move (a threshold requirement), at what speeds, and if non-active solutions are of interest. The RFI clarifies that MADIS radar requirements remain classified, and that on-the-move and at-the-halt operations are both threshold requirements. The primary mission is counter-UAS as an air surveillance/detection radar, followed by anti-intrusion, counter-rockets artillery mortar, and maritime use. The document also addresses administrative questions regarding page limits for cover letters, supporting documents, and licensing terms, and requests projected timelines and order quantities.
    Lifecycle
    Similar Opportunities
    Repair Various Radar Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from qualified firms regarding the repair of various radar components. The procurement focuses on the repair capabilities for specific radar items, including a Radar Array, Radar Receiver, and Radar Controller, which must be performed by the Original Equipment Manufacturer (OEM) or an OEM authorized repair facility. This sources sought notice is part of the Coast Guard's market research to identify potential sources and does not constitute a solicitation for proposals or quotes. Interested parties must respond by December 16, 2025, at 2:00 PM EST, providing relevant company information and documentation of OEM authorization to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, referencing notice number 70Z03826IJ0000009 in the subject line.
    Future X-Band Radar Development and LRIP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is soliciting proposals for the Future X-Band Radar (FXR) development and Low Rate Initial Production (LRIP) for Fiscal Years 2026 to 2033. This procurement aims to enhance radar capabilities critical for search, detection, navigation, and guidance systems, which play a vital role in national defense operations. Interested offerors must request access to the competitive Request for Proposal (RFP) and associated documents from designated points of contact, with a deadline for access requests set for 1500 EST on December 29, 2025. For further inquiries, potential bidders can reach out to Jay Patel at jay.p.patel5.civ@us.navy.mil or Alexander Gosnell at alexander.b.gosnell.civ@us.navy.mil.
    Request for Information: Collaborative Integrated Air and Missile Defense requirements
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is seeking industry input for the Collaborative Integrated Air and Missile Defense (IAMD) Planning Program. This Request for Information (RFI) aims to gather innovative software solutions, particularly those utilizing Artificial Intelligence (AI), to enhance IAMD planning capabilities for the U.S. Navy, including mission analysis, Course of Action (COA) development, and execution transition. The information collected will support the development, prototyping, production, and sustainment of software solutions that integrate with existing Navy systems. Interested parties are invited to submit white papers detailing their solutions and strategies by November 3, 2025, and may contact Rachel Jimenez at rachel.r.jimenez5.civ@us.navy.mil or Christopher Auen at christopher.d.auen.civ@us.navy.mil for further inquiries.
    Radar Data Distribution System (RDDS)
    Buyer not available
    The Department of Defense, through the Air Combat Command Acquisition Management Integration Center, is seeking industry input for the modernization of the Radar Data Distribution System (RDDS) at the Joint Interagency Task Force South (JIATF-S) headquarters in Key West, Florida. The objective is to upgrade the existing RDDS infrastructure to accommodate new data formats, increased data volumes, and evolving security requirements while ensuring high reliability and operational availability. This procurement is critical for enhancing the capabilities of radar and sensor data management and distribution, which supports various stakeholders, including government agencies and partner nations. Interested parties, particularly small businesses, are encouraged to submit a capabilities package by December 17, 2025, to the designated contacts, Aurelio Medina and Chase Gordon, with an estimated award date in May 2026 and a solicitation release anticipated in March 2026.
    Request for Information – Small Form Factor Component Technologies for a C-sUAS Interceptor
    Buyer not available
    The Department of Defense, specifically the U.S. Army, is seeking information from qualified companies regarding small form factor component technologies for a Counter-Small Unmanned Aircraft System (C-sUAS) interceptor. The objective is to gather data on existing missile component technologies, including seekers, Control Actuation Systems (CAS), batteries, Guidance Navigation Units/Inertial Measurement Units (GNU/IMU), and mission computers, that meet specific performance and production criteria. This initiative is crucial in addressing the evolving threats posed by small unmanned aircraft systems in modern warfare, aiming to develop interceptors that are smaller, more cost-effective, and capable of high-volume production. 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, Tammy J. Benson, at tammy.j.benson.civ@army.mil.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    Request for Information - Man-Portable Direction Finding System - REVISED
    Buyer not available
    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.
    AN/SPY-6(V) Production RFI/Sources Sought - Copy 1
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is conducting a Sources Sought notice for the AN/SPY-6(V) Production, aimed at gathering market research and industry feedback for this radar equipment initiative. The procurement seeks engineering services related to the production of the AN/SPY-6(V) radar system, which plays a critical role in enhancing naval capabilities and defense systems. An Industry Day is scheduled for 15 December 2025, where interested parties can provide feedback on the draft solicitation documents, with a deadline for comments set for 19 January 2026. Companies wishing to attend must notify the primary contacts, Alexander Gosnell and Spencer Bryant, by email, and are limited to three in-person attendees. For further inquiries, contact details are provided: Alexander Gosnell (alexander.b.gosnell.civ@us.navy.mil, 202-781-2446) and Spencer Bryant (spencer.m.bryant2.civ@us.navy.mil, 202-781-4113).
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Request for Information (RFI) for the Maritime Launched Effects - Increment 1 (MLE-1) program, aimed at gathering industry input for the development of loitering munitions. This initiative seeks to identify viable prototype systems that can be integrated with SOCOM Combatant Craft to fulfill MLE-1 requirements, which include capabilities for precision strike missions over-the-horizon. The MLE-1 program is critical for enhancing naval warfare capabilities, providing an organic precision-strike mission package designed to minimize collateral damage while maximizing operational effectiveness. Interested vendors must submit their responses by 5:00 PM EST on December 19, 2025, and can direct inquiries to Matthew C. Hedrick at matthew.c.hedrick.civ@us.navy.mil or Nick Lovasz at nicholas.c.lovasz.mil@us.navy.mil. Additionally, vendors must comply with the Terms of Use Agreement for Government Furnished Information, which includes strict handling and disclosure protocols.
    AN/BPS-16 RADAR MAS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the AN/BPS-16 Radar Mast, a critical component for shipboard systems. This procurement requires specialized materials and adherence to stringent quality assurance standards due to the potential risks associated with using incorrect or defective materials, which could lead to serious safety hazards. The contract will involve the delivery of materials within 365 days of the contract's effective date, and interested vendors must ensure compliance with various certification and inspection requirements. For further inquiries, potential bidders can contact Benjamin Spangler at 771-229-0573 or via email at benjamin.t.spangler.civ@us.navy.mil.