MARNAV Block 2 Vendor Demonstrations
ID: M67854-25-I-2008Type: Sources Sought
Overview

Buyer

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

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)
Timeline
  1. 1
    Posted Feb 11, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 28, 2025, 12:00 AM UTC
  3. 3
    Due May 15, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the U.S. Marine Corps, is seeking information from vendors for the MARNAV Block 2 project, which focuses on advanced Positioning, Navigation, and Timing (PNT) solutions as replacements for the Defense Advanced GPS Receiver (DAGR). This Request for Information (RFI) aims to gather insights on potential commercial sources and is intended to shape future acquisition strategies while enhancing PNT capabilities through the use of Military Code (M-Code) GPS satellite signals and alternative sensors. Interested vendors are invited to participate in Vendor Demonstrations scheduled from February to May 2025, where they can showcase direct, drop-in alternatives to the DAGR. Vendors must submit their company information by May 15, 2025, to coordinate their demonstrations, and the acquisition strategy is expected to lead to a full and open competition for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. For further inquiries, vendors can contact Valeria Page at valeria.page@usmc.mil or 703-432-8739, or Leigh Anne Romo at leigh.a.romo.civ@usmc.mil.

Point(s) of Contact
Files
Title
Posted
Feb 11, 2025, 3:06 PM UTC
The Mounted Assured Resilient Navigation (MARNAV) Block 2 Request for Information (RFI) seeks potential vendors for modernized Positioning, Navigation, and Timing (PNT) capabilities, specifically replacements for the Defense Advanced GPS Receiver (DAGR). This market research, aligned with the Federal Acquisition Regulation, aims to gather information from the Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing sector before issuing formal requests for quotations or proposals. The U.S. Marine Corps (USMC) plans to enhance PNT capabilities through new Military Code (M-Code) GPS signals and other technologies. The program will feature a full, open competition leading to an Indefinite Delivery, Indefinite Quantity contract following vendor demonstrations scheduled between February and May 2025. Vendors are invited to coordinate demonstrations by submitting company information by May 15, 2025, emphasizing the need for compliance with proprietary information protocols. This RFI outlines the process for potential vendor engagement while indicating that input received will inform future acquisition strategies without obligation for contract awards.
Feb 28, 2025, 5:06 PM UTC
The Mounted Assured Resilient Navigation (MARNAV) Block 2 project seeks to gather information on potential commercial sources for advanced Positioning, Navigation, and Timing (PNT) solutions, specifically replacements for the Defense Advanced GPS Receiver (DAGR). This Request for Information (RFI) is not a solicitation but aims to shape future acquisition strategies and establish vendor capabilities. The project is crucial for enhancing PNT capabilities within the U.S. Marine Corps (USMC) by utilizing Military Code (M-Code) GPS satellite signals and alternative sensors. Interested vendors are invited to demonstrate their solutions at planned Vendor Demos from February to May 2025, with a focus on demonstrating direct, drop-in alternatives to the DAGR. Vendors must submit relevant company information by May 15, 2025, to coordinate their demonstration. The acquisition strategy will likely involve a full and open competition leading to an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, guiding the Engineering and Manufacturing Development phase. The RFI emphasizes the importance of industry collaboration to meet military needs effectively.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
M-Code Inc.1 Handheld Receiver Production
Buyer not available
The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking information on production-ready Military Code (M-Code) enabled handheld receivers as part of a Request for Information (RFI). The objective is to gather insights on the capabilities, availability, and maturity of handheld receiver solutions that incorporate M-Code signals, which are critical for advanced navigation technology used by the military and its allies. Interested manufacturers and developers are invited to provide detailed company information, relevant experience, technical capabilities, production capacity, conceptual designs, cost estimates, and customization options. Responses are due by May 19, 2025, with the anticipated project commencement in the second quarter of FY2026. For further inquiries, interested parties may contact 2nd Lt Zakery Kohler at zakery.kohler.2@us.af.mil or Kira Mullins at kira.mullins@us.af.mil.
Selective Availability Anti-Spoofing Module, Military-Code, Advanced Global Positioning Systems
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division, is seeking information from companies capable of developing, repairing, and procuring Selective Availability Anti-Spoofing Module (SAASM) Military-Code systems integrated with Global Navigation Satellite Systems (GNSS) for various Department of Defense platforms. The objective is to enhance the capabilities of the Battle Management Systems (BMS) Program, which operates across surface, air, and land platforms, ensuring reliable navigation and operational effectiveness. Interested parties are invited to submit their capabilities, past performance, and relevant certifications by May 15, 2025, with all communications directed to designated contracting officers. For further inquiries, contact Carmell T. Beard at carmell.t.beard.civ@us.navy.mil or by phone at 540-742-8762.
66--EMBEDDED GPS-INS, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of embedded GPS-inertial navigation systems (NSN 7R-6605-016155547-KB). This procurement involves a quantity of six units, which are critical for flight operations, and requires government source approval prior to contract award due to the technical data limitations for open competition. Interested vendors must provide detailed information regarding their capability to produce similar items, as only previously approved sources will be considered for this contract. Proposals must be submitted within 45 days of this notice, and interested parties can contact Jacob A. Tarini at (215) 697-3563 or via email at jacob.a.tarini.civ@us.navy.mil for further details.
INERTIAL NAVIGATION
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking sources for the procurement of 54 units of the new 5K TALIN Inertial Navigation Unit (INU) intended for the Bradley Fighting Vehicle Systems (BFVS). This procurement aims to replace the older 3K INU currently utilized in both Stryker and Bradley vehicles, highlighting the importance of modernizing military equipment for enhanced operational capabilities. Interested suppliers must comply with the Source Approval Program, which includes vehicle qualification testing, and should be aware that costs associated with this process will be the responsibility of the contractor. Responses to the Sources Sought Notice (2025-DLA-01029) are due by May 17, 2025, and further details can be obtained by contacting Muhammad Kah at Muhammad.kah@dla.mil or by phone at 586-467-1203.
GLOBAL POSITIONING
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for global positioning systems under a federal contract. The procurement focuses on the item unique identification and valuation, requiring compliance with higher-level contract quality requirements, specifically ISO 9001 or equivalent standards. These navigational instruments are critical for various defense applications, ensuring accurate positioning and guidance in military operations. Interested vendors can reach out to Michael Kneble at 215-737-5619 or via email at MICHAEL.KNEBLE@DLA.MIL for further details, with proposals expected to adhere to the outlined specifications and deadlines.
CMFF APNT Card Block II - Contract announcement
Buyer not available
The Department of Defense, specifically the Project Manager Positioning, Navigation, and Timing (PM PNT), is announcing an upcoming contract opportunity related to the Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance, and Reconnaissance (C5ISR) / Electronic Warfare (EW) Modular Open Suite of Standards (CMOSS) Mounted Form Factor (CMFF) program. This initiative aims to develop Assured Positioning, Navigation, and Timing (APNT) solutions that provide reliable PNT information to critical military systems, such as Tactical Radios and Mounted Mission Command, particularly in challenging operational environments. Interested vendors must be registered with the C5 Consortium Management Group (CMG) and submit a Security Questionnaire by April 22, 2025, to access Controlled Unclassified Information (CUI) related to the opportunity. For further inquiries, vendors can contact Ms. Miriam Meller at miriam.v.meller.civ@army.mil or MAJ Dexter Harris at dexter.l.harris12.mil@army.mil.
PMW 160 Automated Digital Network System (ADNS) Multiple Award Contract (MAC)
Buyer not available
The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is preparing to issue a Full and Open competitive Request for Proposal (RFP) for the Automated Digital Network System (ADNS) Multiple Award Contract (MAC). This procurement focuses on the ADNS, which is a Navy Program of Record that integrates various Commercial-Off-the-Shelf (COTS) and Government Off-the-Shelf (GOTS) hardware and software to enhance communication capabilities across naval platforms. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with an eight-year ordering period, and it is anticipated that the RFP will be released in the third quarter of fiscal year 2025, with contract awards expected in the first quarter of fiscal year 2026. Interested parties can direct inquiries to Contract Specialist Andrea M. Cohn at andrea.m.cohn.civ@us.navy.mil or by phone at 619-208-1247.
66--GLOBAL POSITIONING, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a global positioning item, identified by NSN 7R-6605-016982856-RQ. The procurement involves a quantity of 10 units, with delivery terms set to FOB Origin, and requires government source approval prior to contract award due to the flight-critical nature of the item. Only previously approved sources will be considered, and interested parties must submit detailed technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures. For further inquiries, potential bidders can contact Nadia Govorushko at (215) 697-2813 or via email at NADIA.GOVORUSHKO.CIV@US.NAVY.MIL.
Request for Information/Synopsis - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
Buyer not available
The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking information from qualified sources regarding the repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The procurement aims to establish a contract for depot level services, including repair, calibration, overhaul, and manufacturing of long lead Shop Replaceable Units (SRUs) to sustain operational capabilities for the Fleet’s complex mast systems. This initiative is critical for maintaining the readiness and longevity of submarine communication systems, with the anticipated contract to be awarded on or about December 31, 2026, and a performance period extending up to five years. Interested parties are encouraged to submit capability statements by April 29, 2025, to Kate Cyr at kate.m.cyr.civ@us.navy.mil, with further details outlined in the draft Statement of Work provided.
Ring Laser Ship’s Inertial Navigation System FY25
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential providers for a Ring Laser Ship’s Inertial Navigation System as part of a Sources Sought Notice. The objective is to identify suitable primary and backup gyro systems to replace obsolete equipment currently used on National Security Cutters, ensuring that the new systems offer equivalent or superior functionality, interoperability with existing systems, and long-term supportability. These navigation systems are critical for providing position, heading, and vector data essential for command-and-control, navigation, and tactical operations. Interested companies must respond by April 23, 2025, with detailed information addressing specific questions and must be registered in the System for Award Management (SAM). For inquiries, contact Tatiana Sher at Tatiana.Sher1@uscg.mil or Mark Cap at mark.cap@uscg.mil.