Commercial Positioning, Navigation, and Timing (PNT) Solutions Request for Information (RFI)
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Feb 12, 2026. Industry: NAICS 334511 • PSC 5825.
Market snapshot
Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 334511
Description
Commercial Positioning, Navigation, and Timing (PNT) Solutions Request for Information (RFI)
I. Introduction
This Request for Information (RFI) will enable the Project Manager Positioning, Navigation, and Timing (PM PNT) to identify vendors with the ability to provide commercially available, M-Code Positioning, Navigation, and Timing (PNT) solutions for mounted vehicles. The term “commercial solution” for the purposes of this RFI is defined in Federal Acquisition Regulation (FAR) 2.101 under Commercial product and may include non-developmental items.
This RFI will influence PM PNT’s decision regarding the procurement method of the technologies, if a requirement materializes, for future PNT capability on Army mounted platforms. Based on the responses to this RFI, the Government is considering a variety of acquisition strategies and contract vehicles to include: FAR 17.8, Reverse Auctions; Commercial Solutions Openings; FAR 12, Acquisition of Commercial Products and Commercial Services; FAR 16.5, Indefinite-Delivery Contracts; and FAR 14, Sealed Bidding, for any potential future requirements. To maximize flexibility and foster a competitive environment, the Government may choose to utilize any single existing authority or any combination of authorities.
II. Purpose
The purpose of the RFI is to understand industry capabilities for commercially available, non-developmental (production ready within 90 days), M-Code solutions compliant with the Defense Advanced GPS Receiver (DAGR) A-Kit (mount) and DAGR space claim within mounted vehicles. This solution must be both cost efficient and effective. Information submitted will help shape the strategy for future PNT materiel solutions for mounted platforms. Emphasis is being placed on affordable solutions that can leverage existing integrations on Army vehicles to reduce the overall cost and schedule associated with fielding a potential future capability.
III. Problem Statement
Adversary GPS denial and deception efforts pose unique challenges to systems and platforms dependent on GPS for PNT information. Mounted platforms require the ability to effectively operate and navigate through a wide variety of challenging environments. The ever-changing threat and advancement of capabilities and technologies requires a cost-efficient, adaptive acquisition approach with a design that leverages existing integration strategies to allow for rapid deployment on a large scale.
IV. Required Capabilities and Requested information
ACC-APG is seeking answers to the following questions.
1. Commercial M-Code Solution: Do you have a commercial M-Code product that fits within the DAGR power and space claim and is available for purchase by the U.S. Government (USG) today?
2. Please provide a short description of your commercial M-Code solution and any additional leveraged technologies.
3. What is your assessment of the Technology Readiness Level (TRL) of your solution? Please list a sample of test events that you have participated in to support this assessment.
4. Current Contract Vehicle: Is your product currently available on a government contract? If so, please provide the contract number. If not, describe your product's primary applications and customer base. Please include the types of industries you serve and the specific problems your product solves for them. This can include examples from commercial or Government clients. If the Government is the intended customer, please provide relevant information on what missions the product is meant to address.
5. Unit Cost: Please provide an estimate of the cost of the Commercial M-Code solution if purchased in the quantities per year listed in Table 1. If there are more relevant breakpoints in your pricing structure, please include that information as well, while maintaining estimates for the quantities in Table 1. All cost estimates should be provided assuming that the government will provide the M-Code GPS receiver as Government Furnished Equipment (GFE). If the vendor chooses not to leverage GFE for the M-Code receiver, please break out the cost of the receiver as a separate line item to enable clear analysis of your data. DO NOT include the cost of the antenna within this pricing information.
Table 1:Cost Estimate Request
Quantity Per Year Price Per Unit
500
1,000
2,000
5,000
10,000
6. Multi-Year Contract: In accordance with Table 2, would the price of the solution be further reduced if the Government pursued a multi-year contract vehicle in accordance with FAR 17.1? If yes, please provide multi-year unit pricing.
Table 2: Cost Estimate Request for Multi-year Contract Award
Quantity Per Year Price Per Unit
500
1,000
2,000
5,000
10,000
7. AJAS Unit Cost: PM PNT is also interested in the cost of AJAS systems that the respondent offers with their commercial M-code solution. Please provide a cost breakout for each AJAS model in accordance with Table 1. If there are more relevant breakpoints in your pricing structure, please include that information as well, while maintaining estimates for the quantities in Table 1. Please delineate between the performance, features, or types of AJAS models (e.g. 4 element vs. 7 element, etc.).
8. AJAS Interoperability: Is your commercial M-Code solution capable of operating with various AJAS’s without significant loss of functionality? If so, please list the AJAS’s that you have successfully tested with.
9. Lead Time and Production: What is the standard lead time for production of units at 1,000 per year? Does the respondent have a production line currently operating for the solution and what is the current monthly capacity? Does the respondent have any applicable higher level quality management certifications, for example the ISO 9000 family?
10. Compatible with DAGR A-Kits: As designed today, is your solution compatible with the DAGR A-kit cables? If additional information is needed to understand the connectors associated with the DAGR A-kit, please see section V to request the information.
11. Number of Client Systems Supported: Please provide the number of independent client systems that your system can support. Please break this out by number and type of serial ports.
12. Environmental Testing: What environmental and Electro Magnetic Interference (EMI) testing has been conducted on your solution? Please provide any specific information about MIL standards or commercial standards that your solution meets.
13. Warranty: What warranty coverage and duration is provided as part of the base unit cost provided in answer to question #5. Please also include any additional warranty options and costs.
14. Repair Turn-Around Time: What is the average repair turn-around time for the unit?
15. Average Repair Cost: What is the average repair cost of the unit as a percentage of the unit cost procured at quantity 500 per year?
16. What level/kind of Technical Drawings, operating manuals, and training would the respondent provide with the delivery of the solution? Are these included in the unit costs or are they separate? If Separate, please outline how the contractor would provide these to the Government.
V. Requesting the DAGR A-kit information
To request information about the DAGR A-kit, please send the following information to the POCs listed below. This is only necessary if you request information about the DAGR A-kit.
a. Company Name
b. Company Point of Contact
c. Mailing Address and Website
d. CAGE Code
e. Unique ID # (assigned by SAM.gov)
f. Location of facility(s)
g. Is your company foreign-owned, either directly or indirectly? If so, what is the country of origin and is the company fully or partially owned?
h. Does your organization have access to store Controlled Unclassified Information (CUI)? If so, does your organization have a Cybersecurity Maturity Model Certification (CMMC)? Please identify CMMC level.
j. Does a member within your organization have a Common Access Card, with an active account, that can access Government downloads from a Public Key Infrastructure (PKI)-enabled website?
k. Facility Clearance Level
l. Facility Security Officer name, phone number, and email address
m. Security Management Office (SMO) Code
VI. Response
Any interested party shall submit a response to the above capabilities.
The response shall be due NLT 10 business days after posting this RFI. 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 five (5) pages, including cover and administrative pages. No classified information will be accepted as a response to this RFI.
All RFI responses shall answer all 16 of the questions in section IV. Required Capabilities.
Interested parties are requested to respond to this RFI in Microsoft Word Office 2007-compatible or Portable Document Format (PDF).
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 responses to this RFI will be sent via DoD SAFE to Mr. Charles Compton (charles.t.compton5.civ@army.mil) and Major Bryant Burch (bryant.l.burch.mil@army.mil). To request a drop-off, navigate to https://safe.apps.mil/request.php and input the POC email addresses.
All questions relating to this notice shall be sent via email to Mr. Charles Compton (charles.t.compton5.civ@army.mil) and Major Bryant Burch (bryant.l.burch.mil@army.mil).
Subject line shall include (Commercial Positioning, Navigation, and Timing (PNT) Solutions RFI, Unique ID #, 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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.