TERPS
ID: RFI-TERPS_TBDType: Sources Sought
Overview

Buyer

DEPT OF DEFENSENATIONAL GEOSPATIAL-INTELLIGENCE AGENCY (NGA)ATTN: MS S84 - OCSSPRINGFIELD, VA, 22150-7500, USA

NAICS

Custom Computer Programming Services (541511)
Timeline
    Description

    The National Geospatial-Intelligence Agency (NGA), part of the Department of Defense, is seeking industry capabilities through a Request for Information (RFI) for the development of Instrument Flight Procedure production software. This software must support various digital formats, comply with international aeronautical navigation standards, and include features for terminal instrument procedure design, data ingestion, automation, validation, cybersecurity integration, and cloud-based deployment. The initiative is crucial for ensuring that navigation services meet stringent safety and operational compliance needs for the Department of Defense. Interested parties should note that the expected budget for this project is between $1 million and $5 million, with a performance period of five years, and responses are due by May 9, 2025. For further inquiries, contact Jimmy Ober at jimmy.c.ober@nga.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Geospatial-Intelligence Agency (NGA) is issuing a Request for Information (RFI) to identify industry capabilities for Instrument Flight Procedure production software. This software must support various digital formats and comply with international aeronautical navigation standards while providing comprehensive features for terminal instrument procedure design and development. Key requirements include the ability to ingest data files, automate procedure designs, validate aviation data, integrate cybersecurity measures, and support cloud-based deployment. The RFI aims to gather insights on potential contractor capabilities, emphasizing the importance of developing software that adapts to changes in navigation protocol and cybersecurity frameworks. It also outlines the expected budget of $1M - $5M and a five-year performance period. Respondents must provide detailed organizational information and past relevant experiences. The RFI clarifies that it is not a solicitation for proposals but a means to gather information for future potential contracting purposes. Responses are due by May 9, 2025, and should identify interests in different contracting roles (prime, teaming, or subcontracting). The NGA seeks to ensure the selected solution meets stringent safety, operational, and compliance needs for the Department of Defense's navigation services.
    Lifecycle
    Title
    Type
    TERPS
    Currently viewing
    Sources Sought
    Similar Opportunities
    REQUEST FOR INFORMATION: AFLCMC/WING IMAGING AND TARGETING SUPPORT FISCAL YEAR 2027
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC/WIN), is conducting a Request for Information (RFI) to gather insights on next-generation airborne Geospatial Intelligence (GEOINT) capabilities for its Wing Imaging and Targeting Support (I&TS) program for Fiscal Year 2027. The RFI aims to identify promising technologies and projects that can enhance the Air Force's GEOINT sensors and sensemaking capabilities, focusing on three specific mission areas outlined in the 2024 US Air Force Chief of Staff One Force Design document. Interested parties are invited to submit white papers and tri-charts, particularly in the realm of quantum sensing technologies, with projects expected to have a budget of less than $2.5 million annually and a Technology Readiness Level (TRL) of 4-6, aiming for TRL 6 or higher. Submissions are due by January 19, 2026, at 1600 EST, and a virtual Industry Day will be held on December 15, 2025; for inquiries, contact the Program Manager at AFLCMC.WING.ITS@us.af.mil.
    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.
    Implementation of Advanced Government Simulation Capabilities (IAGSC)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry participation for the Implementation of Advanced Government Simulation Capabilities (IAGSC) through a Sources Sought notice. This initiative aims to acquire non-personal services for software development, modeling and simulation integration, advanced research and development, cybersecurity measures, and lifecycle software testing, all critical for enhancing the capabilities of various DoD systems. The anticipated contract will be a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a ceiling of approximately $750 million, and it is expected to span a five-year ordering period with an additional five-year option. Interested parties must submit their responses, including a capabilities white paper and feedback on the draft Performance Work Statement, by March 28, 2025, and are encouraged to participate in an Industry Day scheduled for April 15, 2025, at Wright-Patterson Air Force Base, Ohio. For further inquiries, contact Carmen Mertz at carmen.mertz@us.af.mil or Austin Hurst at austin.hurst.2@us.af.mil.
    Intelligence, Surveillance and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is issuing a Request for Proposal (RFP) for the development of Intelligence, Surveillance and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). The procurement aims to enhance the Navy's capabilities in developing and fielding ISR systems that ensure robust communication, surveillance, and security while addressing evolving technological threats. This initiative encompasses a wide range of services, including algorithm development, hardware and software development, systems engineering, and cybersecurity operations, with activities potentially conducted globally and onboard U.S. Coast Guard vessels. Interested firms should note that the solicitation will be available electronically via the PIEE solicitation module, and for inquiries, they can contact Carl Odom at carl.n.odom.civ@us.navy.mil or call 619-553-4454. The contract is expected to be awarded as multiple indefinite-delivery, indefinite quantity (IDIQ) contracts over a seven-year ordering period.
    INTELLIGENCE, SURVEILLANCE, ANDRECONNAISSANCE (ISR) SYSTEMS AND INFORMATION OPERATIONS (IO) FROM SEABED TO SPACE (S2ISR)
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, is preparing to issue a Request for Proposal (RFP) for Intelligence, Surveillance, and Reconnaissance (ISR) Systems and Information Operations (IO) from Seabed to Space (S2ISR). This procurement aims to develop and field advanced ISR systems that enhance communication, surveillance, and security capabilities while addressing evolving threats, including support for unmanned systems related to chemical, nuclear, biological, and radiological elements. The anticipated contract will involve multiple indefinite-delivery, indefinite quantity (IDIQ) contracts with a seven-year ordering period, and the final RFP is expected to be released no earlier than November 21, 2025. Interested parties can reach out to Carl Odom at carl.n.odom.civ@us.navy.mil or by phone at 619-553-4454 for further information.
    Request for Information - Mounted Assured Positioning, Navigation, and Timing System (MAPS) GEN II Production and Sustainment IDIQ
    Dept Of Defense
    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.
    66--INERTIAL NAVIGATION
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 24 units of Inertial Navigation systems, identified by NSN 6605014820896. This solicitation, categorized under NAICS code 334511, aims to fulfill critical navigation and guidance requirements for military applications. The approved source for this procurement is 0BFA5 HG1700AG19, and all responsible sources are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, with the expectation that quotes will be considered if received in a timely manner.
    66 - FMS REPAIR: INERTIAL NAVIGATION
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the sole-source repair of an Inertial Navigation unit, identified by NSN 7RH 6605 014830602 CB and Part Number 233A935-1, designated as a Critical Application Item for Foreign Military Sales Case GR-P-BBK. The contractor will be responsible for evaluating, laboring, and providing materials and parts necessary to restore the unit to operational condition, adhering to strict packaging, marking, and quality assurance standards, including ISO 9001 compliance. This procurement is critical for maintaining navigational capabilities and is subject to Free Trade Agreements and the World Trade Organization Government Procurement Agreement. Interested parties must ensure they meet government source approval requirements and submit inquiries to Dana Scott at dana.l.scott14.civ@us.navy.mil, with a performance period set from January 5, 2026, to April 6, 2026.
    ForeFlight Military Flight Bag Pro
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure the ForeFlight Military Flight Bag Pro, a mobile device product that includes both hardware and perpetual license software. This procurement aims to enhance operational capabilities for military aviation by providing advanced flight planning and navigation tools tailored for military use. The contract will be executed in California, with the primary contacts for this opportunity being Terrance Sandifer and Tasha Arestizabal, who can be reached via email or phone for further inquiries. Interested vendors should prepare to engage with the procurement process as details unfold.
    Next Generation Aerospace Ground Equipment (NGAGE)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Next Generation Aerospace Ground Equipment (NGAGE) Multiple Award Contract (MAC) Indefinite Delivery-Indefinite Quantity (IDIQ) contract. This initiative aims to develop and field multi-capable aircraft ground equipment (AGE) to support the Agile Combat Support (ACS) mission, enhancing air vehicle launch, recovery, and operations and maintenance activities globally over a potential ten-year period. The contract, with a maximum value of $920 million, is designed to foster innovation in aerospace ground equipment through rapid development and integration of new technologies, while ensuring participation from both large and small businesses. Interested parties should direct their inquiries to Kimberly Janssen at kimberly.janssen@us.af.mil or Joe Lee at joe.lee.4@us.af.mil, with proposals due by the specified deadline, factoring in holiday schedules.