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 information on potential sources for production, sustainment, tech refresh, and contractor logistics support (CLS) for next-generation M-Code receivers. Responses are due by March 30, 2026.
Purpose & Scope
This RFI is for planning purposes (FAR Part 10) and aims to identify industry capabilities for HAMR, which is a new requirement for the Air Force PNT Program Office to replace the legacy DAGR (AN/PSN-13). The government is interested in non-developmental, production-ready M-Code solutions that are form/fit drop-in replacements for DAGR in various operational environments. Key requirements include:
- Continued sustainment, production, tech refresh, and CLS.
- Repair services, engineering services, software maintenance/upgrades, and studies.
- Information assurance, on-site, and field support.
- Solutions with M-Code Capability for enhanced security.
- Enhanced performance in GPS Denied Environments, including fused navigation from external sensors.
- Form-Fit-Function Drop-in Replacement to minimize integration burdens on existing host platforms.
- Ability to maintain system information across battery changes and support DAGR NMEA-0183 messages and RS-232/RS-422 serial messaging.
- Proven repair capability (complexity, quality, volume) to sustain an average of 50 receivers per month.
Key Clarifications (from Amendment 0001)
An amendment clarified several aspects of the RFI:
- Company Structure refers to both Corporate Legal Structure and Business Size Status.
- Teaming/Joint Venture Partner implies a distinct legal entity with joint responsibility, while a Subcontractor provides services without direct government contract.
- This is a new requirement; there is no incumbent contractor for this specific replacement effort.
- No contract details can be provided as this is market research for a new requirement.
- Interest in industry willingness for firm-fixed-pricing for hardware deliveries.
- Question 13 pertains to Government contract financing (FAR Part 32).
- Supporting documentation like a commercial determination memo, if requested, will not count against the narrative page limit.
Submission Details
- Responses 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."
- Format: Microsoft Word 2007-compatible or PDF, 10-point font or larger.
- Questions: Questions related to the RFI were due one week after the original posting date.
Anticipated Contract Details
- Opportunity Type: Sources Sought / Request for Information (RFI).
- Set-Aside: None specified (RFI asks about small business status).
- R&D: No R&D dollars are available for this contract.
- Anticipated RFP Release: Third Quarter Fiscal Year 2026 (3QFY26).
- Estimated Period of Performance: March 2027 to March 2032.
Contact Information
- Primary: Whitney West (whitney.west.1@us.af.mil)
- Secondary: Natasha Montano (natasha.montano.1@us.af.mil)