Tactical Gap Crossing Capability
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 Marine Corps Systems Command (MCSC), Product Manager, Engineer Systems (PdM ES), is conducting market research through this Request for Information (RFI) to identify potential sources for Tactical Gap Crossing Systems (TGCS). This capability is envisioned as an expeditionary bridging solution for Fleet Marine Force (FMF) operations, enabling light- and medium-weight combat and tactical vehicles to overcome natural and man-made obstacles. The place of performance is Quantico, VA. Responses are due by May 8, 2026, at 1300 Eastern Time Zone.
Scope of Work
The TGCS must provide an expedient and transportable means to ensure tactical momentum and freedom of maneuver. Key performance attributes include:
- Military Load Classification (MLC): Minimum MLC 40 (objective MLC 60).
- Roadway Width: Minimum 3.6 meters (12 feet).
- Span Capability: Minimum 12 meters (39.3 feet), with an objective of 15 meters (49.2 feet).
- Transportability: Must be transportable via sea, rail, highway, and air, with rapid deployment by intra-theater sea lift, internal fixed-wing air transportation, and ground assets.
- Deployment/Retrieval Time: Within 15 minutes (objective 5 minutes).
- Personnel: Employable by an Engineer Squad (13 Marines), with an objective of an Engineer Fire Team (4 Marines).
- Reliability & Maintainability: Specific requirements for Mean Time Between Operational Mission Failures (MTBOMF) and Mean Time To Repair (MTTR) are detailed.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research only)
- Response Due: May 8, 2026, 1300 ET
- Published: April 7, 2026
Vendor Survey & Submission Requirements
Vendors are requested to provide:
- Rough Order of Magnitude (ROM) pricing, including escalation.
- Estimated production lead time and monthly production rate.
- Information on current contracts, Buy American Act compliance, and systems in service.
- Specification sheets demonstrating product capability.
- Small Business Administration (SBA) status (if applicable).
- Availability on GSA Schedule or possibility of bailment for testing.
- Independent or Government test reports and manuals.
- Experience supporting U.S. DoD units, including prior TGCS deliveries.
Submissions must include a Capability Statement demonstrating the ability to meet requirements, organization details, DUNS & Cage Code, business size/category, UEI, and NAICS code (332999). Responses should be emailed to stefanie.conway@usmc.mil; email size limit is seven megabytes.
Additional Notes
This RFI is solely for market research and does not constitute a solicitation or obligation to procure. No reimbursement will be made for response costs. Proprietary information should be clearly marked, but responses with distribution-limiting markings will not be reviewed.