Purpose: The Army Contracting Command New Jersey (ACC-NJ), Picatinny Arsenal, NJ 07806-5000 is conducting a Market Survey on behalf of Product Manager Artillery, Mortars, and Precision Systems (PdM AMPS) to identify potential sources to provide engineering support services related to the integration of a Government-defined Assured Positioning, Navigation, and Timing (APNT) capability with the M119A3 towed howitzer Honeywell artillery Tactical Advanced Land Inertial Navigator (aTALIN) (PN TBD), to support retrofit of existing M119A3 aTALINs as required to support integration with the Government-defined APNT capability, and to support procurement and delivery of new Honeywell aTALINs as modified to support integration with the Government-defined APNT capability. The aTALIN is used on the M119A3 towed howitzer to provide position and orientation to the onboard Digital Fire Control System (DFCS). The base APNT capability will consist of an M-Code GPS receiver embedded in another DFCS Line Replaceable Unit (LRU) that is connected to a GPS Anti-Jam (AJ) antenna system. The APNT solution will supplant the Selectively Available Anti-Spoofing Module (SAASM) Ground-Based GPS Receiver Application Module (GB-GRAM) that is currently embedded each aTALIN and is used to provide an initial position and to bound drift error during move operations.
Description: This Sources Sought is for planning purposes only and shall not be construed as a solicitation or an obligation on the part of PdM-AMPS or the Combat Capabilities Development Command Armaments Center (CCDC-AC). The Contractor shall:
- Have all necessary approvals, clearances, processes, and infrastructure in place to handle GPS User Equipment (UE) and associated cryptographic keys IAW CNSSI 3006-2018 for Gen 2 and G3 Precise Positioning Service (PPS) GPS UE operating unclassified. The Contractor shall have the ability to receive/load unclassified GPS cryptographic keys.
- Perform software integration of the M119A3 aTALIN with the Government defined APNT solution to include incorporating native support for M-Code operation IAW IS-GPS-153D w/Military GPS User Equipment (MGUE) Serial Interface Document (MSID).
- Perform a software system safety analysis in accordance with MIL-STD-882E on how the aTALIN utilizes data from the APNT solution to identify any risks relating to the safe operation of the aTALIN.
- Retrofit up to 505 M119A3 aTALINs to remove the embedded SAASM GB-GRAMs, update the aTALIN software as required to operate with the APNT solution, and perform pre/post-retrofit functional verifications to verify operation or identify issues requiring repair. The Contractor shall be able to support a retrofit rate of not less than 25 aTALINs per month assuming nominal operation of all aTALINs received for retrofit.
- Deliver up to 50 new M119A3 aTALINs operating any updated software developed under this effort but without GB-GRAMs.
All interested vendors are requested to provide:
- Statement of capability to handle GPS UE and GPS cryptographic keys.
- Statement of capability describing the vendor’s capability to provide the engineering support and retrofit services required.
- Rough Order Magnitude Cost for:
- Integrating native support for M-Code capability in the M119A3 aTALIN as described in #1 above.
- Retrofit of existing M119A3 aTALIN as described in #3 above for a quantity of 144 aTALINs.
- For production and delivery of 40 new M119A3 aTALINs as described in #4 above.
Submissions of designs that are not fully compliant with all requirements are also encouraged so that PdM-AMPS and CCDC-AC may assess the capabilities of all currently available sources. The Government recognizes that proprietary and/or classified data may be a part of this effort. If so, clearly mark such restricted/proprietary and classified data and present them as an addendum to the nonrestricted/non-proprietary and unclassified information. As a result of this Sources Sought a Request for Proposal (RFP) may be issued for the M119A3 ATALIN APNT INTEGRATION effort. Participation in this Sources Sought is completely voluntary by the vendor and as such all costs to develop the vendor’s response are to be borne by the participating vendor.
All interested sources are encouraged to submit their abilities/capabilities no later than 02 May 2025 by 1700 EST to Jayde A. Liuzza ACC-NJ-IC Bldg. 10, Picatinny Arsenal, NJ 07806-5000; email: jayde.a.liuzza.civ@army.mil or Daniel S. Rakauskas ACC-NJ-IC ACC-NJ-IC Bldg. 10, Picatinny Arsenal, NJ 07806-5000; email: daniel.s.rakauskas.civ@army.mil. Please include company name, address, telephone number, point of contact, brochures/literature, etc., and any prior performance relating to this effort. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. As stated above, please be advised that the government will not pay for any information submitted under this announcement. Electronic submittals are preferred.