Selective Availability Anti-Spoofing Module, Military-Code, Advanced Global Positioning Systems
ID: N0017825Q4404Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Dahlgren Division seeks to procure and upgrade Advanced Tactical Navigator (ATACNAV) systems for various Department of Defense platforms. This contract focuses on the integration, repair, and enhancement of these systems across air, land, and sea services, with the goal of improving weapon system capabilities and performance. Key responsibilities for the contractor include delivering hardware configurations, performing updates on existing units, managing non-recurring engineering, conducting failure analysis, and participating in test and integration events. Compliance with safety, environmental, and security regulations is emphasized, alongside regular reporting and documentation requirements. The contract involves monitoring project budgets and travel to multiple locations for integration support, ensuring effective procurement, repair processes, and adherence to operational security protocols. The comprehensive objectives and processes outlined ensure the reliability and advancement of military navigational systems while maintaining safety and regulatory compliance throughout the contract's duration.
    The Naval Surface Warfare Center, Dahlgren Division (NSWCDD) has issued a Request for Information (RFI) regarding the development and support of Selective Availability Anti-Spoofing Module (SAASM) Military-Code systems integrated with Global Navigation Satellite Systems (GNSS) for various Department of Defense platforms. This RFI, intended for planning purposes only, invites companies to submit capabilities pertaining to GPS/GNSS systems, SAASM/M-Code functionalities, and ruggedized solutions, along with their past performance and other relevant certifications. Interested parties must include their business details and socioeconomic classifications in their submissions, which are due by May 15, 2025. The NSWCDD emphasizes that responses are voluntary and will be considered business-sensitive, with no guarantee of contract award or reimbursement for preparation costs. Future solicitations will be announced on SAM.GOV, and respondents should monitor this site for updates. Communications about the RFI must go through designated contracting officers, and all submitted material will remain unclassified unless marked proprietary. This initiative reflects the Department's effort to enhance operational capabilities through improved navigation technologies.
    Similar Opportunities
    Spirent Federal Systems is a provider of Geospatial Positioning System (GPS)/Global Navigation Satellite System (GNSS) satellite simulators. Spirent will maintain and service the GSS9000 2 RF GPS L1/L2, GLONASS L1/L2 and Galileo E1/E5 Simulator systems SN
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking maintenance and service for the GSS9000 2 RF GPS L1/L2, GLONASS L1/L2, and Galileo E1/E5 Simulator systems provided by Spirent Federal Systems. The procurement includes comprehensive support services such as software and firmware upgrades, technical assistance, hardware and software repairs, and online support, required over a five-year period consisting of a 12-month base period followed by four optional 12-month extensions. These simulators play a critical role in geospatial positioning and navigation systems, ensuring operational readiness and accuracy for military applications. Interested vendors can reach out to Audrey M. York-Nicola at audrey.m.york6.civ@mail.mil or by phone at 433-861-4642 for further details regarding this opportunity.
    Ship Self-Defense System (SSDS) Sustainment / Production Hardware
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking industry input for the procurement of Ship Self-Defense System (SSDS) Sustainment and Production Hardware. This initiative aims to address Diminishing Manufacturing Sources and Material Shortages (DMSMS), obsolescence solutions, and the sustainment of critical hardware components such as Maintenance Assist Modules (MAMs) and Portable Maintenance Aid (PMA) Laptops for U.S. Navy vessels. The SSDS program is vital for ensuring the operational readiness and environmental compliance of Navy surface ships, particularly amphibious ships and aircraft carriers. Interested contractors must submit their responses by January 19, 2026, and are encouraged to contact Frederick Mitchell at frederick.m.mitchell.civ@us.navy.mil for further details, while adhering to the requirements outlined in the draft Statement of Work and associated documents.
    66 - FMS REPAIR: INERTIAL NAVIGATION
    Buyer not available
    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.
    66--INERTIAL NAVIGATION, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of inertial navigation systems. The procurement aims to ensure that these critical navigational instruments are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards outlined in the Statement of Work. These systems play a vital role in military operations, providing essential navigation capabilities for various defense applications. Interested contractors must be prepared to meet specific turnaround times and throughput constraints, with a required repair turnaround time of 120 days after receipt of the asset. For further inquiries, potential bidders can contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL.
    58--SIGNAL DATA PROCESS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanic, is preparing to issue a presolicitation for the repair and modification of signal data processing equipment, identified by NSN 7H-5895-016296069, with an initial quantity of 35 units and an anticipated option quantity of 14. The procurement is critical as the government does not possess the necessary data or rights to source repairs from alternative vendors, making it uneconomical to reverse engineer the part. Interested parties are encouraged to express their interest and capability to meet the government's requirements for commercial items within 15 days of this notice, and for further inquiries, they may contact Amber Wale at (717) 605-2541 or via email at AMBER.L.WALE.CIV@US.NAVY.MIL.
    Solicitation - 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 soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    INERTIAL NAVIGATION
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of inertial navigation systems. The procurement aims to ensure that these critical navigational instruments are restored to a Ready for Issue (RFI) condition, adhering to stringent quality control and inspection standards as outlined in the Statement of Work. These systems play a vital role in military operations, providing essential navigation capabilities for various defense applications. Interested contractors must submit their quotes via email to Lara L. Szott at LARA.L.SZOTT.CIV@US.NAVY.MIL by December 29, 2025, with a required repair turnaround time of 25 days after asset receipt.
    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.
    MK59 MLCP and LCP Spare Parts and Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is conducting market research for vendors capable of providing support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships, specifically focusing on the procurement of MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP) components, along with associated repairs and engineering services. These components are critical for the MK 59 DLS, which serves as a protective measure against Anti-Ship Missiles (ASMs) by deploying inflatable passive floating decoys. Interested parties are encouraged to submit their capabilities and relevant experience by December 30, 2025, to Eric Zipperle at eric.zipperle@navy.mil, as this notice is intended for planning purposes and does not constitute a formal solicitation.
    59--GPS NUMBER TWO,S,AI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of GPS NUMBER TWO, S, AI, identified by NSN 5999014830583. The requirement includes a quantity of 29 units to be delivered to DLA Distribution within 300 days after the order is placed. This procurement is critical for ensuring the availability of essential electronic equipment components used in various defense applications. Interested small businesses are encouraged to submit their quotes electronically, with all inquiries directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be provided.