Search Contract Opportunities

Request for Information to Identify Possible Sources Capable of Providing an Anti-Jam GPS Antenna System

ID: W15P7T-25-AJAM-RFI • Type: Sources Sought • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

Posted: March 10, 2025, 2:41 p.m. EDT

This Request for Information (RFI) is issued for informational purposes and market research only, it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.

The Government will not reimburse any company or individual for any expenses associated with preparing/submitting information in response to this posting. The information provided may be used by the Government in developing its acquisition strategy, statement of work/statement of objectives, and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained within their response.

1. Scope

The United States Army Program Executive Office Aviation (PEO AVN), Product Manager Assured Airspace Access Systems (PdM A3S) is conducting market research to identify possible sources capable of providing a small form factor GPS Anti-Jam (AJ) antenna system.

2. Instructions to Potential Responders:

Interested parties who desire to participate in this RFI are encouraged to submit responses that demonstrate they presently have the experience and devices with the technology maturity to answer this RFI. Responses shall include the following information and address the topics enumerated below. Rough Order Magnitude (ROM) is acceptable, but not required.

Company Name Address

Point of Contact (include phone number and email address, CAGE Code, Web Page and URL)

State the country of ownership for the company.

2.1 Performance Requirements

a. Capable of receiving legacy (C/A and P(Y)) and modernized (M-code) GPS signals

b. Capable of receiving Space Based Augmentation System (SBAS) signals

c. Capable of simultaneously mitigating signals from spatially distributed sources of interference located within the 24 MHz bandwidths centered on both the GPS L1 (1575.42 MHz) and L2 (1227.60 MHz) broadcast frequencies

d. Capable of operating under rotor blade modulation

e. Capability to counter at least 4 or more jammers within each of the 24 MHz bandwidths centered on L1 and L2 under dynamic conditions

f. The interest parties shall provide evidence such as item specifications, test reports or certifications of the proposed products that meet performance requirements shown above. If any part of the proposed product requires a development effort, clearly describe the approach and estimated timeline. Explain where the unit is not compliant with the requirements outlined above and discuss plans to gain compliance along with the timeline.

2.1.1 Input Power Requirement: 28 VDC

Interested parties shall describe the proposed AJ antenna system ability to operate from prime power source with characteristics and limits as defined in MIL-STD-704 Electric Power, Aircraft, Characteristics and Utilization, Revisions A, B, C, D, E, and MIL-STD-704 F w/change 1.

2.1.2 Physical Requirements:

The antenna shall be compatible with existing Fixed Radiation Pattern Antenna (FRPA) mounting provisions and not exceed 2 height above the ground plane or aircraft mounting panel. The antenna electronics may be separable from the antenna to optimize line replaceable unit (LRU) placement below the panel.

Interested parties shall describe the proposed AJ antenna system dimensions/size, weight, power consumption, and cooling (SWaP-C) characteristics and how they have been minimized to the greatest extent possible without compromising performance of the unit.

2.1.3 Environmental and Electromagnetic Qualification Requirements

Requirements for the Control of Electromagnetic Interference (EMI) Characteristics of Subsystems and Equipment for EMI / Radio Frequency Interference (RFI) requirements IAW MIL-STD 461G as modified by ADS-37A-PRF, MIL-STD-810H, DoD Test Method Standard - Environmental Engineering Considerations and Laboratory Tests, for the following:

Altitude: 55,000

Operational temperature: -54 to +71 C

Thermal Shock: -85 to +55 C

Humidity: <= 95%

Rain

Icing/Freezing Rain

Salt Fog

Sand and Dust

Fungus

Shock and Crash Safety

Explosive Atmosphere

Decompression

Vibration/Gunfire Vibration

Acceleration

Solar Radiation

Lightning

CE101, CE102, CE 106, CS101, CS114/115/116/117/118, RE101, RE102, RS101, RS103

Interested parties shall provide evidence such as test report of the proposed AJ antenna system that meets the above qualification requirements. If not compliant, discuss future plans to gain compliance.

2.1.4 Interfaces

Interested parties shall describe the AJ antenna system Radio Frequency (RF) and signal interface characteristics for digital and discrete interfaces that can function independently or in compatibility with legacy and M-Code GPS receivers or FRPAs. To include the ability to provide interface compatible with ARINC-429, Ethernet, MIL-STD-1553B, RS-422, and RS-232.

2.1.5 Certification

Interested parties shall provide the required certification for Aviation application to include DO-178C DAL B and DO-254 DAL B, and TSO-C190 compliance with civil flight standards. If not compliant, discuss future plans to obtain the required certification.

2.1.6 Other Considerations

a. Describe how the proposed solution would be maintained, and describe the warranties offered.

b. Indicate whether the company is presently providing devices of these types to the Government to include platforms that these products are installed. If so, provide the contract number(s) and the appropriate Government points of contact.

c. Describe any pre-planned product improvements that are scheduled to be made or potentially could be made.

d. Indicate whether an AJ antenna system production unit is presently available or when a fully functional engineering development model (EDM) will be available.

e. Describe earliest timeframe and capacity to achieve full rate production of the AJ antenna system. The required production lead time is no greater than 12 months with production throughputs no less than 40 systems (antenna, antenna electronics and cable) per month.

3. Responses, Communications, and Other Considerations:

a. The Government may contact respondents to obtain additional information or clarification in order to fully understand a company's response. This may include discussions, site visits, demonstrations, etc. to further the Government's understanding of a proposed solution, as well as a company's understanding of the Government's requirements.

b. Responses shall not exceed 12 pages (including any cover page). Include technical and descriptive text, functional block diagrams, and illustrations to provide sufficient detail. The submitted documentation becomes the property of the United States Government and will not be returned.

c. Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. Any material that is not marked will be considered publicly releasable.

d. When submitting a response, please be aware that the Army workforce is supplemented by contracted support personnel. Any proprietary data submitted may be handled by contract support services personnel who have signed the applicable Non-Disclosure Agreements (NDAs).

Contracting Personnel Contact Information:

Name: James Reese

Title: Contracting Officer

Organization: ACC-APG

Phone Number: (520) 671-4501

Email: james.j.reese10.civ@army.mil

Name: Jessica Lefever

Title: Contract Specialist

Organization: ACC-APG

Phone Number: (520)-692-1437

Email: jessica.d.lefever.civ@army.mil

For more information on this RFI, please contact the points of contact identified above. E-mail communication is preferred.

Disclaimer:

This RFI is not a RFP and is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, "Request for Information or Solicitation for Planning Purposes", is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. Responders to this invitation are solely responsible for all expenses associated with responding to this RFI.

This RFI will be the basis for collecting information on capabilities available. This RFI is issued solely for information and planning purposes. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received in this RFI that is marked "Proprietary" will be handled accordingly. Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.

Contracting Office Address:

6590 Reconnaissance St

Building 6010

Aberdeen Proving Ground, Maryland 21005-1846 United States

Posted: March 4, 2025, 10:12 a.m. EST

Overview

Response Deadline
April 4, 2025, 12:00 p.m. EDT Past Due
Posted
March 4, 2025, 10:12 a.m. EST (updated: March 10, 2025, 2:41 p.m. EDT)
Set Aside
None
Place of Performance
Aberdeen Proving Ground, MD United States
Source

Est. Level of Competition
Average
Odds of Award
26%
On 3/4/25 ACC Aberdeen Proving Ground issued Sources Sought W15P7T-25-AJAM-RFI for Request for Information to Identify Possible Sources Capable of Providing an Anti-Jam GPS Antenna System due 4/4/25. The opportunity was issued full & open with NAICS 3342 and PSC 6605.
Primary Contact
Name
Dylan Chung   Profile
Phone
(520) 674-7125

Secondary Contact

Name
William Cooper   Profile
Phone
(520) 714-3631

Additional Contacts in Documents

Title Name Email Phone
CIV James J. Reese Profile james.j.reese10.civ@army.mil None

Documents

Posted documents for Sources Sought W15P7T-25-AJAM-RFI

Opportunity Assistant

Incumbent or Similar Awards

Contracts Similar to Sources Sought W15P7T-25-AJAM-RFI

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W15P7T-25-AJAM-RFI

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W15P7T-25-AJAM-RFI

Experts for Request for Information to Identify Possible Sources Capable of Providing an Anti-Jam GPS Antenna System

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W15P7T
Source Organization Code
500038571
Last Updated
April 19, 2025
Last Updated By
jessica.d.lefever.civ@army.mil
Archive Date
April 19, 2025