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
    Description

    The Department of Defense, through the United States Marine Corps (USMC), is seeking vendors to participate in the MARNAV Block 2 Vendor Demonstrations, aimed at enhancing Positioning, Navigation, and Timing (PNT) capabilities. This initiative focuses on identifying commercial sources that can provide M-Code capable replacements for the Defense Advanced GPS Receiver (DAGR), which is critical for modernizing military navigation systems. The vendor demonstrations will take place at the Naval Information Warfare Center – Atlantic from February to May 2025, and interested vendors are encouraged to respond to the Request for Information (RFI) by the updated deadline of May 9, 2025. For further inquiries, vendors can contact Valeria Page at valeria.page@usmc.mil or Leigh Anne Romo at leigh.a.romo.civ@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Mounted Assured Resilient Navigation (MARNAV) Block 2 Request for Information (RFI) from the United States Marine Corps (USMC) aims to conduct market research on commercial sources for advanced Positioning, Navigation, and Timing (PNT) capabilities, particularly seeking M-Code capable replacements for the Defense Advanced GPS Receiver (DAGR). This initiative, part of a broader military effort to modernize PNT systems using enhanced GPS signals and non-GPS sensors, will include vendor demonstrations at the Naval Information Warfare Center – Atlantic, scheduled from February to May 2025. Interested vendors are encouraged to respond by a specified deadline with detailed company information and participate in coordination meetings to define equipment requirements and demonstration goals. The RFI outlines the process for vendor interactions and emphasizes the government's commitment to protecting proprietary information. This market research phase is crucial in shaping the upcoming acquisition strategy for a full and open competition to fulfill Block 2 of the MARNAV Program, ultimately enhancing navigation capabilities for the warfighters.
    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.
    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
    Maritime Launched Effects - Increment 1 (MLE-1) Request for Information
    Dept Of Defense
    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.
    Multi-Channel Handheld Request for Information
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Systems Command (MCSC), is issuing a Request for Information (RFI) to gather industry feedback on a Multi-Channel Handheld (MCHH) capability. The MCHH is intended to meet Marine Corps operational requirements, including enhancements in National Security Agency (NSA) Communications Security (COMSEC) and improvements in size, weight, and power (SWaP) attributes, supporting both mounted and dismounted configurations for networkable command and control. Responses to this RFI, designated M67854-26-I-2011, are due by February 11, 2026, and should include detailed information on integrated solutions, device specifications, technological readiness levels (TRL of 6 or greater), reliability data, and existing government contracts. Interested parties can contact Ashley Northam at ashley.northam.civ@usmc.mil or Wanda Harner at wanda.harner@usmc.mil for further details and to request the attachment outlining specific operational requirements.
    GPS Antenna
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is issuing a presolicitation notice for an Indefinite Quantity Contract (IQC) to provide stock replenishment coverage for GPS antennas and related components. The procurement includes two National Stock Numbers (NSNs): the GPS Number Two (NSN: 5999-01-483-0583) with an estimated annual demand of 35 units, and an antenna (NSN: 5985-01-500-6338) with an estimated annual demand of 3 units, both critical for military operations. This contract will span a total of four years, comprising one base year and three option years, and will be solicited on an unrestricted basis, allowing all responsible sources to submit offers. Interested parties can access the solicitation, expected to be available on or about December 30, 2025, under solicitation number SPE7MX26R0030, and should direct inquiries to Stephanie Frederick at STEPHANIE.FREDERICK@DLA.MIL or by phone at 614-917-9050.
    Request for Information: Collaborative Integrated Air and Missile Defense requirements
    Dept Of Defense
    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.
    Reservation System RFI
    Dept Of Defense
    The Department of Defense, through the Commander Navy Installations Command (CNIC), is seeking information from contractors regarding their capabilities to support the development and implementation of a modernized Morale, Welfare, and Recreation (MWR) Reservation System. This initiative aims to create a unified reservation process for over 12 million military-affiliated patrons across 300 bases, enhancing program efficiency and customer experience, particularly in areas such as vehicle storage, marinas, and recreational lodging. Interested contractors are invited to respond to the Request for Information (RFI) N4571A-25-I-0006, which outlines specific system requirements and capabilities, with responses due by October 16, 2025. For further inquiries, interested parties can contact Jasmyn Payne at jasmyn.m.payne.naf@us.navy.mil or by phone at 901-874-6931.
    SPE4A723R0285 – 1680 - NRP,ANT TRAILER C04 / DUAL MINI INERTIAL NAV SYS (DMINS), AN/WSN-1(V)2
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking procurement for the NRP, ANT Trailer C04 / Dual Mini Inertial Navigation System (DMINS), specifically the AN/WSN-1(V)2. This opportunity involves the acquisition of miscellaneous aircraft accessories and components, which are critical for enhancing navigation capabilities in defense operations. The place of performance for this contract is located in Virginia, with the primary contacts being ReKisha Burton and Latrice Brown, who can be reached via email or phone for further inquiries. Interested parties should note that the procurement is justified under the Justification notice type, and additional details can be found in the associated documentation.
    Control. Interface
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking quotes for a control interface under a Special Notice solicitation. This opportunity is exclusively available to Prime Vendor Awardees participating in the Maritime Acquisition Advancement Contract (MAAC) program, which includes companies such as ASRC Federal Facilities Logistics, LLC, and SupplyCore, LLC. The procurement is categorized under the NAICS code 334290, focusing on the manufacturing of miscellaneous communications equipment, and is critical for enhancing maritime operational capabilities. Interested vendors must note that the solicitation has been extended until December 31, 2025, at 4:00 p.m., and any inquiries should be directed to Joshua Ginsburg via email at JOSHUA.GINSBURG@DLA.MIL or by contacting Brian Stevens at 717-550-3158.
    PRODUCT DEMONSTRATION FOR NORTH ATLANTIC TREATY ORGANIZATION (NATO) COMMUNICATIONS INFORMATION AGENCY (NCIA) UHF TACTICAL SATELLITE (TACSAT) RADIO FOR FOREIGN MILITARY SALES (FMS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, is conducting a Sources Sought market survey for the demonstration of Ultra-High Frequency (UHF) tactical satellite radio systems intended for Foreign Military Sales (FMS) to the North Atlantic Treaty Organization (NATO) Communications Information Agency (NCIA). The objective is to identify potential vendors capable of demonstrating their products, specifically the AM3T radio system, which must meet stringent technical requirements, including JITC certification for NATO Integrated Waveform and compliance with U.S. Type 1 and NATO SECAN secure communications standards. This opportunity is crucial for enhancing NATO's tactical communication capabilities and ensuring operational readiness. Interested parties must submit their capabilities statements and relevant documentation by December 17, 2025, with all inquiries directed to Contract Specialist Naomi Cross at naomi.cross2.civ@army.mil.
    AN/SPY-6(V) Production RFI/Sources Sought - Copy 1
    Dept Of Defense
    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).
    RECEIVER, DIGITAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is seeking proposals for the procurement of a digital receiver. This contract involves the manufacture and supply of the digital receiver, which is critical for various military applications, ensuring compliance with specific quality and inspection standards. The procurement emphasizes the importance of item unique identification and valuation, as well as adherence to strict packaging and marking requirements. Interested vendors should contact Joshua Ginsburg at 717-550-3122 or via email at JOSHUA.GINSBURG@DLA.MIL for further details, and they are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online (NECO) system.