Request for Information - Marine Air Defense Integrated System (MADIS) and Light-MADIS Optics
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 United States Marine Corps (USMC), specifically Program Manager Ground Based Air Defense (PM GBAD), is conducting a Request for Information (RFI) for Marine Air Defense Integrated System (MADIS) and Light-MADIS Optics. This RFI seeks information on existing, commercially available Electro-Optical/Infrared (EO/IR) optics at Technology Readiness Level (TRL) 8/9 to meet detect, track, and identify requirements for the MADIS Family of Systems (FoS) in Counter Unmanned Aircraft System (C-UAS) operations. Responses are due by June 3, 2026, at 1400 Eastern Time.
Purpose & Scope
This RFI is for market research (FAR Part 10) to identify potential solutions and industry capabilities for state-of-the-art optic systems. The USMC requires an EO/IR optic capable of detecting, tracking, and identifying Group 1-3 UAS (fixed-wing and rotary-wing) and manned aircraft, day and night, under all weather conditions, both on the move and at a halt. The system should also have laser designation capabilities.
Key Requirements
Respondents should describe their optic solutions across several categories:
- Design Considerations: Weight, power draw, assembly/disassembly timelines, open standard design, gyro-stabilization, zoom capabilities, and modification ability.
- Interoperability Considerations: Open architecture software for C2 and agnostic sensor integration, and adherence to industry/military standards.
- Performance Considerations: Azimuth/elevation metrics, detection/recognition/identification ranges, slew-to-cue operations, update rates, video resolution/encoding, target tracking, auto-focus, automatic recognition, and performance against countermeasures.
- Procurement Considerations: Estimated cost, availability, production, and delivery capacity.
- Environmental / Safety Considerations: Protection from solar radiation, all-weather operation, fog mitigation, and compliance with MIL-STD-810H, MIL-STD-461G, and MIL-STD-464C.
- Logistics & Sustainment: RAM metrics, transport, maintenance, troubleshooting, training, technical publications, spare parts, and lifecycle plans.
Response Details
Interested vendors must submit an electronic technical submission (not more than X pages) and an executive summary (not more than 15 pages). Responses must include company information, CAGE/DUNS, business size (NAICS 333310), commercial item status, data rights assertions, and potential small business subcontracting opportunities.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: None specified (market research stage)
- Response Due: June 3, 2026, 1400 ET
- Published: May 6, 2026
Important Notes
This is not a solicitation for proposals, and no contract will be awarded from this announcement. The Government will not pay for any costs incurred in responding. Questions must be submitted via email by June 3, 2026, 1400 ET, and responses will be posted as an amendment on SAM.gov.