Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2025 SAM #8789
SOURCES SOUGHT

58 -- Request for Information - Mounted Assured Positioning, Navigation, and Timing System (MAPS) GEN II Production and Sustainment IDIQ

Notice Date
12/17/2025 4:59:22 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-26-MPNT-0001
 
Response Due
1/19/2026 2:00:00 PM
 
Archive Date
02/03/2026
 
Point of Contact
Charles Compton, Lori Andrese
 
E-Mail Address
charles.t.compton5.civ@army.mil, lori.r.andrese.civ@army.mil
(charles.t.compton5.civ@army.mil, lori.r.andrese.civ@army.mil)
 
Description
The United States Army Program Executive Office Intelligence, Electronic Warfare & Sensors (PEO IEW&S) is seeking sources for Comment and Feedback for the Mounted Assured PNT System (MAPS) Generation (GEN) II. Contracting Office Address: Army Contracting Command-Aberdeen Proving Ground (ACC-APG) 6565 Surveillance Loop Building 6006 Aberdeen Proving Ground, MD 21005 USA INTRODUCTION: To assist ACC-APG in making a determination regarding the level of participation by any business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirement areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. CONTRACT/PROGRAM BACKGROUND: MAPS GEN II provides assured-PNT to warfighters, combat platforms and critical client systems (such as radios and fire control systems) across the Army that rely on PNT to execute combat and combat service support missions. MAPS GEN II enables mission execution while operating in Military Code Global Positioning System (GPS)-contested environments by providing PNT through both GPS and non-GPS sensors. Given that PNT-reliant systems are ubiquitous across the Army, the Army will field MAPS to units operating across the Army and all operational domains. The Contractor shall provide all labor, material, equipment, resources, and facilities required to execute this effort. NAICS Code: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334511- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with the corresponding size standard of 1,250 employees. This Sources Sought Synopsis is requesting responses to the following criteria from businesses that can provide the required services under the NAICS Code. Classification Code: 5825 Radio Navigation Equipment, Except Airborne; R425 Engineering and Technical Services REQUIRED CAPABILITIES: The MAPS GEN II provides the Army's combat forces access to assured PNT information under conditions where GPS may be limited or denied enabling Army forces the ability to shoot, move, communicate, and provide situational awareness. MAPS GEN II provides assured-PNT to Warfighters, combat platforms, and critical client systems (such as radios and fire control systems) across the Army that rely on PNT to execute combat and combat service support missions. Intellectual Property This is a market survey to identify all parties interested in potentially assuming the MAPS GEN II effort as a prime contractor. The incumbent is Rockwell Collins, Inc., 400 Collins Road NE, Cedar Rapids, Iowa 52498-0505, Cage Code 13499 under contract W56KGY-22-D-0004. The Government lacks the rights to the detailed drawing package, technical documentation, and software source code sufficient enough to provide a ""Build to Print"" package to a third party for production. ACC-APG is seeking the following information: 1. The Respondent shall provide details on the specific technical documentation, including design specifications, system architecture diagrams, and maintenance manuals that will be required as part of the data package for this contract. 2. The Respondent shall outline the required technical data package and documentation needed for the sustainment phase of this contract, including system configurations, maintenance procedure, repair manuals, and logistical support data. 3. The Respondent shall provide a description of the ability to establish and execute sustainment, maintenance, and repair of the technical solution that includes operator, maintainer, and depot with a screen and replace maintenance concept. 4. The Respondent shall show proof of a certified ISO 9001 or AS9100 Quality Management System (QMS). The Respondent shall describe detailed plans to manufacture, test, and inspect all material produced in accordance with their QMS. Production Experience: 1. The Respondent shall describe production experience and processes to include supply chain and obsolescence management of a Department of Defense (DoD) system of similar technical complexity. 2. The Respondent shall identify and describe any Department of Defense qualified production line of similar technical complexity. 3. The Respondent shall provide a manufacturing plan to build 150 systems per month with a surge capacity of 300 per month within 12 months of award. 4. The Respondent shall describe functional testing of the technical solution within the manufacturing process. Technical Performance: 1. The Respondent shall provide a technical solution that meets the Government�s System Requirements Document (SRD) requirements. The Respondent shall describe the technical solution, highlighting key performance characteristics relevant to the SRD. 2. The Respondent shall describe the technical solution configuration management process. Integration and Fielding Support: 1. The Respondent shall describe how the technical solution will implement Government-owned standards for data distribution specifically in accordance with IS-GPS-153 and Vehicular Integration for C5ISR/Electronic Warfare Interoperability for platform client communication protocols. 2. The Respondent shall describe experience and capability to support system installation with onsite troubleshooting of hardware and software interfaces with the vehicle. Test: 1. The Respondent shall provide a summary of the developmental and operational testing of the technical solution to include lab, benign, and operationally relevant threat environments. 2. The Respondent shall describe testing of the technical solution that was evaluated by the Government, (i.e., U.S. Army Operational Test Command, U.S. Army Test and Evaluation Command). The Respondent shall describe Government assessment of operational testing confirming the system�s operational effectiveness, suitability, and cyber survivability. 3. The Respondent shall describe testing of the technical solution to meet the environmental requirements identified in the MAPS GEN II SRD. Security Questionnaire: The Respondent shall follow the Security Questionnaire requirements below to be cleared to receive a copy of the SRD no later than three days after the posting of the RFI. The Respondent must submit the following information to be sent additional documents associated with this notice: 1. Organization name 2. Address 3. Primary point of contact to include email address, phone number, and title 4. Company website address 5. Company address 6. CAGE Code 7. For NAICS 334511 (size standard of 1250 employees), indicate your business size including all subcategories of small business that are applicable (large business, small business, small-disadvantaged, 8(a), woman-owned, veteran-owned, service-disabled veteran-owned, HUBZone) 8. Unique ID # (assigned by SAM.gov) 9. Company facility clearance level 10. Is your company foreign owned either directly or indirectly? 11. List any current and/or previous DoD contracts 12. Does your organization have access to Secret Internet Protocol Router Network (SIPRNet)? 13. Does your organization have access to store Controlled Unclassified Information (CUI)? 14. Does your organization have a non-network information system, with print capability authorized to process DoD CUI? 15. Does a member within your organization have a CAC with an active account that can access Government downloads from a PKI-enable website? 16. Please provide following Facility Security Information: a. Facility clearance level b. Facility Security Officer name, phone number, and email address 17. SMO Code Additional Requirements: 1. The Respondent shall provide hazardous material onsite storage and shipping to include OCONUS. 2. The Respondent shall provide the intent to perform as a prime or subcontractor. RESPONSE Any interested party shall submit a white paper in response to the above capabilities. The white paper shall be due no later than 19 January 2026. The response date denoted on SAM.gov shall hold precedence. Offerors may submit any questions related to this RFI no later than one week after the posting date. RFI responses are limited to fifteen (15) pages, including cover and administrative pages All RFI responses shall include the following: 1. Company name, company address, overnight delivery address (if different from mailing address), CAGE code, point of contact, e-mail address, telephone number, and fax number. 2. Certification of business size (large or small) under NAICS code 334511- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Also provide socioeconomic categories if a small business (e.g., large, small disadvantage, veteran-owned, woman-owned, etc.). 3. State whether the respondent can fully meet some or all of the above required capabilities. If the respondent can only partially meet the capabilities, state the specific capabilities. 4. Describe the approach to meeting the above required capabilities for MAPS GEN II. Fully describe a notional schedule; time phased Rough Order of Magnitude Estimate based on the capabilities; risks to include cost, schedule and performance. Identify any subcontracting or partnering opportunities or requirements. 5. Clearly identify any approaches to meeting the above capabilities in which the Government would receive less than Government Purpose Rights. Identify any techniques, capabilities, algorithms, or other approaches that were developed solely by the respondent as proprietary data or internal research and development. 6. Demonstrate the ability to provide staff cleared up to the Secret level. Show evidence that the Respondent has a facility clearance of up to Secret and safeguarding capabilities to a minimum of Secret. Interested parties are requested to respond to this RFI in Microsoft Word Office 2007-compatible format. Responses shall be written using a 10-point font size or larger. This RFI is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect cost or charges will arise as a result of the submission of a company�s or corporation�s information. The Government shall not be liable for or suffer any consequential damage for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations and requirements. The Government does not guarantee that this RFI will result in a Request for Proposal (RFP) or contract award. The Government will not provide reimbursement for any costs incurred by Respondents who respond to this RFI. All questions and responses relating to this notice shall be sent via email to Mr. Charles Compton (charles.t.compton5.civ@army.mil), Mr. Aaron Kazi (aaron.h.kazi.civ@army.mil) and copy Ms. Lori Andrese (lori.r.andrese.civ@army.mil). All responses to this RFI should be transmitted via means commensurate with the protection of CUI information (i.e. encrypted email, DoD SAFE, etc.) Subject line shall include (MAPS GEN II RFI � [Your Company Name]). In accordance with Federal Acquisition Regulation PART 10.001, the results of this Market Survey will primarily be used to develop the Government�s acquisition approach and will be used to determine if sources capable of satisfying the agency�s requirements exist. This is NOT a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings from the survey. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchange of information. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ca676ca22cc748aca331a33d546687dc/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN07669380-F 20251219/251217230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.