GPS Increment 2 GNSS M-Code Receiver JASSM
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 U.S. Air Force (AFLCMC/EBJK) is conducting market research through a Request for Information (RFI) to identify qualified vendors for a Global Positioning System (GPS) Increment 2 Global Navigation Satellite System (GNSS) M-code receiver for the Joint Air-to-Surface Standoff Missile (JASSM) program. The goal is to find mature technical solutions for development and production. Responses are due May 29, 2026, at 3:00 P.M. CST.
Purpose & Scope
This RFI seeks to identify industry capabilities for a GPS Increment 2 GNSS M-code receiver suitable for JASSM integration. The Air Force is interested in solutions that feature open, non-proprietary, standardized interfaces and open-systems architectures. This is for market research purposes only and is not a solicitation.
Key Technical Requirements
- Maturity: Desired point-of-departure design at or above Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) 5. Vendors must detail plans to achieve required maturity.
- Certification: Identify the status of Increment 2 M-code ASIC certification with the GPS Directorate Security Team. Active production lines for DoD M-code receivers are desirable.
- Schedule: Recommend a notional low-risk development and integration schedule, including major program events.
- Digital Engineering: Describe existing digital engineering tools, environments, DoD contracts, and planned collaboration with the JASSM prime contractor.
- Technical Data Package: Describe the available technical data package and provide intellectual property assertions.
Submission Requirements
- Format: White paper, not exceeding 10 pages.
- Content: Include an administrative section (not part of page limit) detailing business type (NAICS 541512), size, socio-economic status, foreign ownership/control, and facility security clearance.
- Method: Via email only to Juan Galindo at juan.galindo.2@us.af.mil.
- Deadline: May 29, 2026, at 3:00 P.M. (CST).
- Proprietary Information: Minimize and clearly mark any proprietary data. NDAs may be required for support contractors.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research only)
- Response Due: May 29, 2026, 3:00 P.M. CST
- Published: March 9, 2026
Additional Notes
This RFI is for planning purposes; no proposals are being accepted, and no contract will be formed. Responses are voluntary and will not be reimbursed. No foreign participation is allowed. Any future acquisition will be posted separately on SAM.gov.