Commercial Positioning, Navigation, and Timing (PNT) Solutions Request for Information (RFI)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army's Project Manager Positioning, Navigation, and Timing (PM PNT), through ACC-APG, has issued a Request for Information (RFI) to identify vendors capable of providing commercially available, M-Code Positioning, Navigation, and Timing (PNT) solutions for mounted vehicles. This RFI aims to inform future acquisition strategies for PNT capabilities on Army platforms. Responses are due by February 12, 2026.
Purpose & Scope
The RFI seeks to understand industry capabilities for non-developmental (production-ready within 90 days) M-Code solutions that are compliant with the Defense Advanced GPS Receiver (DAGR) A-Kit (mount) and space claim. The goal is to find cost-efficient and effective solutions that can leverage existing integrations to reduce fielding costs and schedules. The Army faces challenges from adversary GPS denial and deception, necessitating adaptive, cost-efficient PNT solutions for mounted platforms.
Requested Information
Respondents must address 16 specific questions covering:
- Commercial M-Code Solution: Description, TRL, current government contract availability, primary applications, and customer base.
- Cost Estimates: Unit cost for quantities from 500 to 10,000 per year, assuming Government Furnished Equipment (GFE) for the M-Code GPS receiver. Multi-year contract pricing is also requested.
- AJAS: Cost breakout for Anti-Jam Antenna System (AJAS) models and interoperability with various AJAS.
- Logistics & Technical: Lead time, production capacity, quality management certifications (e.g., ISO 9000), compatibility with DAGR A-kit cables, number of client systems supported, environmental/EMI testing, warranty, repair turn-around time, average repair cost, and provision of technical drawings, manuals, and training.
Response Details
- Submission: Responses are limited to five (5) pages, 10-point font or larger, in Microsoft Word 2007-compatible or PDF format. All 16 questions in Section IV must be answered. Submissions must 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).
- DAGR A-Kit Information: Vendors needing details on the DAGR A-kit must request it from the POCs, providing company information, CAGE Code, Unique ID, facility details, foreign ownership status, CUI access/CMMC level, CAC access, and facility clearance.
- Disclaimer: This is for planning purposes only and does not constitute a commitment to issue a procurement action. The Government will not reimburse for RFI response costs.
Key Dates & Contacts
- Response Due: February 12, 2026 (NLT 10 business days after posting, SAM.gov date takes precedence).
- Questions Due: One week after the January 27, 2026 posting date (now passed).
- Published Date: January 27, 2026
- Primary Contact: MAJ Bryant Burch (bryant.l.burch.mil@army.mil)
- Secondary Contact: Charles Compton (charles.t.compton5.civ@army.mil)
Additional Notes
An attached PDF document, "Commercial PNT Solutions RFI W56KGY-26-PNT-0002.pdf," is protected by Microsoft Information Protection and requires specific software or permissions to access its content. Potential bidders should be aware that the primary RFI document may be inaccessible without proper authorization.