SOURCES SOUGHT
58 -- Marine Air Defense Integrated System (MADIS) and Light-MADIS (L-MADIS) Radar
- Notice Date
- 9/11/2025 10:29:27 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- COMMANDER QUANTICO VA 22134-6050 USA
- ZIP Code
- 22134-6050
- Solicitation Number
- M67854-25-I-0224
- Response Due
- 10/10/2025 11:00:00 AM
- Archive Date
- 10/25/2025
- Point of Contact
- Natalia Bruno, Megan Brady
- E-Mail Address
-
natalia.bruno@usmc.mil, megan.brady.civ@usmc.mil
(natalia.bruno@usmc.mil, megan.brady.civ@usmc.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is for planning and informational purposes only and shall NOT be considered as a Request for Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this RFI or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor's submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. 1.0 Introduction: The United States Marine Corps Program Executive Officer Land Systems (PEO LS), Program Manager Ground Based Air Defense (PM GBAD) is seeking to identify interested vendors for the procurement and integration of a radar onto Marine Corps vehicle platforms to meet track and identification requirements for the Future Weapons Systems Increment 1 (FWS Inc. 1) � Marine Air Defense Integrated System (MADIS) and L-MADIS programs of record. This RFI is focused on the existing commercially available radar technology with capability to meet technical and production requirements for the MADIS and L-MADIS Programs, described in more detail further below. The purpose of this RFI is to solicit potential solutions from industry on technical capabilities, production capacity, delivery and installation, and product support available to maximize efficiencies regarding cost, schedule and performance while providing a state-of-art radar system that provides the Ground Based Air Defense Community the means to effectively and efficiently detect, track, and enable identification of aerial threats in support of the Marine Air-Ground Task Force (MAGTF) Commander�s scheme of maneuver and designated defended assets. Purpose: This RFI constitutes market research in accordance with FAR Part 10 and is not an RFP. The Marine Corps Systems Command is issuing this RFI, in support of PEO LS, to determine if more than one vendor has the capability to provide the support described in the Introduction listed above. 1.2 Program Background: The Low Altitude Air Defense (LAAD) Battalion currently employs GBAD equipment in support of its primary mission to provide close-in, low altitude, surface-to-air weapon fire to defend forward combat areas, maneuver forces, vital areas, installations, or to support units engaged in special or independent operations. Its secondary mission is to provide a task organized, ground security force in defense of MAGTF air sites when not engaged in air defense operations. The PM GBAD portfolio consists of the legacy Advanced Man Portable Air Defense System (A-MANPADS) employing the Stinger missile system and its ancillary support equipment along with the GBAD Future Weapons Systems (FWS) to counter unmanned aerial systems (UAS), and fixed winged and rotary winged (FW/RW) threats. Increment 1 of the FWS modernizes the existing GBAD system by integrating a mix of legacy and technologically mature capabilities onto tactical vehicles mitigating the risk of attacks from UAS and FW/RW aircraft, while maintaining pace with maneuver forces. FWS is a family of systems consisting of specific, integrated capabilities required to carry out active air defense missions against UAS and FW/RW aircraft, called MADIS. The defense of maneuver forces requires an integrated and in-depth air defense umbrella based upon the rapid kill chain sequence of �detect,� �track,� �identify,� and �defeat.� This doctrinal task sequence provides the foundation for the concept of operation enabling MADIS to use organic and/or non-organic data to acquire, engage, and negate or destroy aerial threats inflight by kinetic and non-kinetic means. MADIS achieves success by employing a dispersed, integrated, and composite defense comprised of layers of GBAD systems protecting the MAGTF operating across the full range of military operations while considering standoff, lethality, range, and effectiveness. The two variants of MADIS vehicles which operate together are the Stinger variant (Mk 1) and Counter-UAS (C-UAS) variant (Mk 2). The Mk1 includes a turret launched Stinger Missile, multi-function electronic warfare (EW) capability, direct fire weapon, optic, and a shoulder fired Stinger Missile for dismounted operations. The Mk2 includes a turret with integrated Mode 5 Identification Friend or Foe (IFF) interrogator, multi-function EW capability, 360 degree radar, direct fire weapon, optic, and Beyond Line of Sight (BLOS) gateway / server capability. Together they form a complementary pair and are the basic building block of the LAAD Battalions� GBAD capability. Initial Operational Capability for the MADIS has been achieved with the fielding to 3D Littoral Anti-Air Battalion. Full Operational Capability (FOC) for the MADIS Increment 1 is currently underway and is defined as delivery of the full Approved Acquisition Objective along with spares, and defined training support materials. The smaller variant, L-MADIS, which is integrated on a high powered Ultra-Light Tactical Vehicle (ULTV) platform, similarly has a Mk1 and Mk2 with different subcomponents and capabilities. However, the radar requirements are the same. It is highly desirable to find a radar that will integrate onto both platforms. FOC for L-MADIS is planned for 2028. 1.3 Requirements: To best support the MADIS and L-MADIS requirements, PM GBAD has a requirement to integrate and deliver a radar with the capability to detect, track and enable identification of the range of threats under LAAD�s area of responsibility. The radar Technology Readiness Level (TRL) should be eight (8) or greater. The cost per complete stand-alone radar system that is ready for integration onto a vehicle (quantity of faces required for 360 degrees, tray, mounts, power supply, processor, cabling, GPS, an optimized version of a C-UAS mode file, etc.) should not exceed $1.5 million. This does not include specialized integration hardware / software required for the platforms that will be performed by the Government Lead Systems Integrator. Radar: The radar is the sensor that will detect, track, and aid in the identification phase of the kill chain for UAS and FW/RW aircraft by providing a cue with accurate location and physical characteristics of the aircraft. It is also highly desired to acquire a multi-mission radar that could address the changing battlefield as it shapes into an increasing unmanned systems (UxS) landscape beyond C-UAS. Additionally, being able to provide supplemental detection and tracking capabilities to units that may have their own radar for other missions such as anti-intrusion, air surveillance / air detection, counter-rockets artillery mortar, and maritime use would be beneficial. The offeror shall provide a detailed description of the radar that includes, but is not limited to, the following: Design Considerations Size (dimensions and weight � must fit in a spread configuration on a Joint Light Tactical Vehicle and a centrally-located configuration on an ULTV roll cage, weight of complete radar system Not to Exceed (NTE) 500 pounds) Power (input, consumption and output � total radar system power consumption NTE 5kW) Frequency band (operation out of S-band while meeting all other requirements is highly desirable) Antenna type Cooling method (air-cooled preferred) Interoperability Considerations Communications architecture Operating System (OS) with update plan (e.g. Windows 11 and future, or other OS), data collection/storage Interfaces (will be required to integrate with USMC�s C2 � Common Aviation Command and Control System / Processing, Display and Sensor Software) Performance Considerations Spatial coverage (capable of 360 degrees azimuth (AZ) and 90 degrees elevation (EL) Detection and tracking capability (range by radar cross section) Accuracy (AZ/EL/range) Spectrum Approval (DD1494) Mode(s) of operation Operating temperature range TRL � must be 8 or 9 Software & Licensing Licensing Model (Type of license (perpetual, subscription, etc.) and full terms) Update Process (How updates are delivered and supported) Version Control (How versions are managed, and users are notified) Usage Restrictions (Any limitations on users, platforms, or data) Upgrade Path (Process and cost for future software upgrades) System Requirements (Hardware and OS compatibility) Data Rights (Ownership and usage restrictions of data) Procurement Considerations Cost per system (with estimated economies of scale) Availability on hand (quantity for immediate engineering development model / full rate production integration) Production Capacity (timeline � lead time average / max expected & delivery quantities per month) Environmental / Safety Considerations Any documented MIL-STD testing HERP/HERF/HERO documentation if available Logistics Considerations - Reliability, Availability and Maintainability (RAM) Data Mean Time Between Failures (MTBF) The offeror shall provide information on observed and projected failure rates for the proposed system, as a whole, as well as any of its lower-level components that the offeror deems replaceable in a fielded environment. This information shall include any known MTBF or reliability growth data from testing or field operations. Where available, vendors should also include context on environmental factors or operational use cases that influence the provided failure rates. Operations on mobile platforms are of particular interest. The offeror shall provide information on the system�s ability to record, store, and make available operational hours for both the radar and its major assemblies, including state changes such as standby or radiate. Emphasis should be placed on features that allow operators to easily�without reliance on external tools�review and retrieve usage metrics in support of reliability tracking and predictive maintenance. Mean Time to Repair (MTTR) The offeror shall describe any embedded fault detection and isolation features within the system. This should include the ability to identify, report, and isolate failures or unexpected events that prevent the system as a whole, or its lower-level components, from functioning as designed. Information regarding built-in test (BIT) coverage percentages, diagnostic accuracy, and automated reporting capabilities is preferred. The offeror shall provide information on design features, such as quick-disconnect hardware, that enable rapid removal and replacement of lower-level components. Emphasis should be placed on features that reduce or eliminate the need for specialized tools or unique training requirements. Where applicable, the offeror should highlight modular design approaches that support efficient field-level maintenance. The offeror shall describe how software within the radar system is managed to support true plug-and-play replacement of components. Emphasis should be placed on approaches where lower-level items can be replaced and, if operating with outdated software or firmware, automatically updated by the higher-level system to ensure compatibility. Administrative and Logistics Delay Time (ALDT) The offeror shall provide information on design features, support concepts, or logistical considerations that contribute to minimizing repair turn-around time (TAT) for radar assemblies. This should include the use of modular assemblies, standardized interfaces, embedded diagnostic tools, and any special handling or transport requirements. The offeror shall also describe how the system supports various repair strategies�such as forward-deployable spares, field-repairable modules, or depot-level exchange programs�that enable rapid return to service. Sustainment Support Plan Long term support - The offeror is requested to provide an overview of existing sustainment support approach and how it may be applied to long-term support strategy. Emphasis should be placed on whether the vendor is interested in providing sustainment support for the life of the system, or interest in providing the necessary technical data, tools, and information to enable the Government to assume full sustainment responsibility. Depot Repair Parts Inventory: The offeror is requested to provide insight into repair TAT and repair parts inventory to support repairs. Integration Considerations The Government may choose to require the incorporation of Government-owned algorithms and/or strategies to provide specialized capabilities. The Government will coordinate collaboration between a third party and the contractor to integrate the special capabilities into the contractor's software and hardware. The Government will directly fund the third party's activities. The Government will retain all rights in the specialized software incorporated into the contractor's systems, regardless of the Government's overall level of rights in software, and the contractor's intellectual property will be protected appropriately. The contractor will not at any time or programmatic phase inherit any rights of ownership or re-use of the algorithms or strategies revealed. 2.0 Requested Information: Respondents who are interested are requested to provide the information that identifies their capability to provide the support described herein. 3.0 Responses: Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this RFI via a submission on 8 � x 11-inch paper, no more than ten (10) pages in length, using 12-point font. All responses must include the following information: (1) Name and address of applicant/company (Corporate/Principal Office) (2) Name, telephone number, fax number, and e-mail address of point of contact (3) General Service Administration (GSA) contract number (if applicable) (4) CAGE Code and DUNS Number (5) Business Size (under NAICS 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing). The white paper shall provide an executive summary, capabilities, and relevant past performance. Recommendations to improve the Marine Corps� approach to this requirement. Please be advised that any proprietary information must be marked as such on a page-by-page and paragraph by paragraph basis. The Government will not assume that any of the information provided by a respondent is proprietary unless it is conspicuously marked on this basis. Moreover, the Government does not assume any duty to contact a respondent and inquire whether any unmarked information submitted in response to this RFI is proprietary. The Government is only seeking sources/information for market research to determine the availability of commercial capabilities in the described areas. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately. Submittals will not be returned to the sender. Respondents will not be notified of the results of the evaluation. It is the contractor�s responsibility to monitor the System for Award Management (SAM.gov) to get additional data. This RFI does NOT constitute an RFP nor a promise to issue an RFP in the future. This RFI does not commit the United States Government (USG) to contract for any supply or service. Further, the USG is not seeking proposals at this time and will not accept unsolicited proposals. Contractors are advised the USG will not pay for any information or administrative costs incurred in response to this RFI. The information provided in the RFI is subject to change and is not binding on the USG. The USG has not made a commitment to procure any of the items discussed and the release of this RFI should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. Responses shall be submitted via e-mail to megan.brady.civ@usmc.mil and stasia.baker@usmc.mil no later than 1400 Eastern Time on 10 October 2025. Telephone replies will not be accepted. 3.1 Questions: Questions or comments regarding this notice may be addressed to megan.brady.civ@usmc.mil and stasia.baker@usmc.mil by email only. No questions will be accepted after 19 September 2025 at 1400 Eastern Time. The Government intends to respond to as many questions as practicable and will respond to questions via an amendment to this RFI posted to SAM.gov so that all interested parties will benefit from the same information. All interested offeror(s) are encouraged to register on the SAM.gov website to receive email notifications when information related to this acquisition is updated, or documents related to this acquisition are issued and available for download. The Government requests that all interested parties ensure that they are listed on the ""Interested Vendors List"" in SAM.gov. As a rule, the Government will not send notifications directly to interested offeror(s), and it is recommended that the interested offeror(s) periodically check this website for updates.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7317913e3dc64e97bd80c374dfed66bf/view)
- Place of Performance
- Address: Quantico, VA 22134, USA
- Zip Code: 22134
- Country: USA
- Zip Code: 22134
- Record
- SN07588018-F 20250913/250911230054 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |