Request for Information (RFI) Hardened Advanced M-Code Receivers (HAMR)
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 Department of the Air Force is conducting market research through a Request for Information (RFI) for Hardened Advanced M-Code Receivers (HAMR). This RFI seeks industry capabilities for the sustainment, production, tech refresh, and contractor logistics support of next-generation M-Code receivers designed to replace the existing DAGR (AN/PSN-13) systems. This is a new requirement, and the Air Force PNT Program Office is interested in non-developmental, production-ready solutions. Responses are due by March 30, 2026.
Purpose & Scope
This RFI is for planning purposes and market research (FAR Part 10) to identify potential sources for HAMR. The government is seeking expertise in production, repair, sustainment, training, logistics, and engineering services for M-Code receivers. Key areas of interest include solutions that are form/fit drop-in replacements for DAGR (AN-PSN/13A and AN/PSN13B) in various operational environments, including GPS-denied scenarios. The Air Force is looking for cost-efficient and effective solutions that leverage existing integrations and enhance performance.
Key Requirements
- M-Code Solutions: Non-developmental, production-ready within 90 days, with M-Code capability for enhanced security.
- Form/Fit/Function: Must be form/fit drop-in replacements for DAGR, minimizing integration burdens on host platforms.
- Sustainment & Support: Capabilities for continued sustainment, production, tech refresh, CLS, repair services (average 50 receivers/month), engineering services, software maintenance/upgrades, logistics, information assurance, on-site, and field support.
- Operational Features: Maintain system information across battery changes, support DAGR NMEA-0183 messages and RS-232/RS-422 serial messaging. Interest in Anti-Jamming/Anti-Spoofing (AJAS) systems.
- Financial: Industry willingness to commit to firm-fixed-pricing for hardware deliveries and interest in Government contract financing.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought (Market Research)
- Anticipated RFP Release: Third Quarter Fiscal Year 2026 (3QFY26)
- Estimated Period of Performance: March 2027 to March 2032
- R&D: No R&D dollars are available for this contract.
Submission Details
- Response Due: Monday, March 30, 2026, by 4:00 PM EST.
- Submission Method: Via DoD SAFE to Ms. Natasha Montano and Mrs. Whitney West.
- Content: Responses are limited to ten (10) pages (including cover/administrative pages) and must answer all 35 questions in the "Required Capabilities and Requested Information" section and the "Contractor Capability Survey." Commercial determination memos and standard corporate certifications may be included as appendices and do not count against the narrative page limit.
- Format: Microsoft Word 2007-compatible or PDF, 10-point font or larger.
Eligibility & Set-Aside
No specific set-aside is designated for this RFI, but the "Contractor Capability Survey" requests information on small business status and other certifications.
Important Notes
This RFI is for planning purposes only and does not constitute a commitment to award a contract. No reimbursement will be provided for expenses incurred in responding. Proprietary information will be safeguarded.