Active Solicitation · DEPT OF DEFENSE

    REQUEST FOR INFORMATION - MARINE AIR DEFENSE INTEGRATED SYSTEM (MADIS) AND LIGHT-MADIS OPTICS

    Sol. M67854-26-R-0052Sources SoughtQUANTICO, VA
    Open · 21d remaining
    DAYS TO CLOSE
    21
    closes Jun 3, 2026
    POSTED
    May 6, 2026
    Publication date
    NAICS CODE
    333310
    Primary industry classification
    PSC CODE
    1240
    Product & service classification

    AI Summary

    The Department of Defense is seeking information on commercially available Electro-Optical/Infrared optics for the Marine Air Defense Integrated System (MADIS). This RFI aims to gather technical capabilities, production capacity, and support options for integrating advanced optics into ground and mobile platforms for aerial threat detection and identification.

    Contract details

    Solicitation No.
    M67854-26-R-0052
    Notice Type
    Sources Sought
    Posted Date
    May 6, 2026
    Response Deadline
    June 3, 2026
    NAICS Code
    333310AI guide
    PSC / Class Code
    1240
    Issuing Office
    COMMANDER
    Primary Contact
    Kyle Bond
    State
    VA
    ZIP Code
    22134-6050
    AI Product/Service
    both

    Description

    Marine Air Defense Integrated System (MADIS) and Light-MADIS Optics

    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 because 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. Introduction:

    The United States Marine Corps (USMC), Program Manager Ground Based Air Defense (PM GBAD) has a requirement to integrate an Electro-Optical/Infrared (EO/IR) Optic onto rapidly re-deployable ground and mobile platforms to meet detect, track and identify requirements, as well as the ability to laser designate, for the Marine Air Defense Integrated System (MADIS) Family of Systems (FoS). This RFI is focused on existing commercially available optics that are Technology Readiness Level (TRL) 8/9.

    2. Purpose:

    To solicit potential solutions from industry on optic technical capabilities, production capacity, delivery and installation, and product support available to maximize efficiencies regarding cost, schedule, and performance for providing a state-of-art optic system that effectively and efficiently detects, tracks, and enables visual identification of aerial threats in support of Marine Air/Ground Task Force (MAGTF) Counter Unmanned Aircraft System (C-UAS) operations and defense of designated stationary assets. This RFI constitutes market research in accordance with FAR Part 10 and is not an RFP. The Marine Corps Systems Command (MCSC) is issuing this RFI, in support of PM GBAD, to determine if more than one vendor has the capability to provide the support described herein.

    3.1 Program Background:

    The MADIS is a FoS consisting of specific, integrated capabilities required to carry out active air defense against UAS and FW/RW threats. The mission set 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 the MADIS FoS to use organic and/or non-organic data to acquire, engage, and negate, or destroy aerial threats. The MADIS FoS achieves success by employing a dispersed, integrated, and composite defense comprised of layers of SHORAD systems to defend designated stationary military assets and offensive formations while considering standoff, lethality, range, and effectiveness.

    The MADIS FoS utilizes EO/IR optic assemblies to detect, track, and enable visual identification of potential targets and then classify threat levels of targets. An optic may be manually controlled or slewed toward a target through a command and control (C2) system integrated with additional sensors.

    3.2 Requirements:

    To best support the MADIS FoS requirements, PM GBAD has a requirement to integrate and deliver an EO/IR optic with the capability to detect, track, and enable identification of the range of threats under all weather conditions to include on the move and at the halt.

    EO/IR Optic: A TRL 8/9 optics solution capable of detection, tracking, and enabling identification of commercially available or military Group 1-3 UAS, including fixed wing (FW) and rotary wing (RW), day and night. The contractor shall describe its optics solution with regard to the following:

    3.2.1 Design Considerations

    1. Total weight of the system along with a breakdown of the total weight by major system components and subcomponents.
    2. Average continuous and peak electrical power draw when operating, to include power draw when utilizing a laser designator.
    3. Assemble and disassemble timelines between storage and operational configurations.
    4. Open standard design enabling ease of mounting and/or integration.
    5. Gyro-stabilization and how system receives timely position and location information.
    6. Optical and digital zoom capabilities for long distance identification, and any potential near-field limits.
    7. Ability to modify system (hardware and software) to meet USMC specific requirements.

    3.2.2 Interoperability Considerations

    1. Describe the open architecture software design such that the system can be integrated into existing C2 systems; identify any Department of War C2 systems currently integrated with the optic.
    2. Describe the open architecture software design such that the system can be integrated with agnostic sensor(s); identify the sensors currently integrated with the optic.
    3. Identify any standards that the system utilizes for interfacing with other systems (e.g. industry standards such as SAE or IEEE or military standards).

    3.2.3 Performance Considerations

    1. Provide azimuth and elevation metrics and characteristics of the system to include any limitations.
    2. Provide maximum ranges (kilometers) of detection, recognition and identification with EO and IR optic function in day and night conditions of Group 1-3 FW or RW UAS and FW/RW manned aircraft or targets of similar size.
    3. Ability to perform slew-to-cue operations; and with which systems the optic been integrated with.
    4. Ability of internal navigation capabilities to receive cueing using standard reference systems (Time/Lat/Long/Altitude/velocity/covariance data).
    5. Provide metrics for update rates and video resolution.  Characterize ability to, in real time, display, process and record video data with metrics such as bit rate, resolution, and           ability for the operator to configure video overlay options and what overlays are     available.
    6. Camera acceptance rate for slews/cues in Hz and how slews can be accepted by the camera (via az/el or lat/long/atl or both).
    7. Provide video encoding and video moving target indication (VMTI) information formats.
    8. Ability of video-tracking targets of opportunity and any limitations (sky background, urban/ground background).
    9. Ability to switch between EO/IR sensors while maintaining track lock.
    10. Maintain track lock for moving targets throughout the optics field of view at various range and object sizes and limitations by object size and the associated range.
    11. Ability for object detection (ie moving target indicators and/or stationary target indicators and ability to discern multiple objects in FOV with object detection boxes).
    12. Ability to auto-focus on a target of opportunity and any limitations.
    13. Automatic recognition capability and limitations.
    14. Ability to conduct continuous zoom, auto zoom, C2 command zoom, stepped zoom and operator-controlled zoom.
    15. Non-Cooperative Target Recognition capabilities.
    16. Performance against moving targets while at the halt or on the move.
    17. Performance against Aircraft Survivability Countermeasures.
    18. Maximum continuous active operational availability in hours and any limitations.
    19. If there are options for an integrated eye-safe compliant laser range finder capable of ranging line-of-sight air targets, include performance information and any certifications with the laser range finder(s). Specifically detail if the laser range finder is auto initiated and/or initiated by an operator in the loop.
    20. Ability of laser range finder to continuously fire and any auto-safe capabilities.
    21. Ability to laser target designate, and all certifications associated with the laser designator.
    22. Provide controller details (analog or digital control – if digital, does sensor have ability to be cued or controlled via a C2).
    23. Capable of ingesting PNT data from MOSA VICTORY and GPS-153.  Capable of using PNT-153 from GPS-153E ICD.
    24. Ability to accept PNT and time stamp all packets outputting data.
    25. Demonstrated success offboarding aerial objects from optical video into C2 systems via STANAG 4609 / MISB 0901/ MISB 0903, ICD, or similar manner.

    3.2.4 Procurement Considerations

    1. Provide estimated cost per system.
    2. Availability on hand (quantity).
    3. Production and delivery capacity (timeline to produce & deliver per month).

    3.2.5 Environmental / Safety Considerations

    1. Protection from solar radiation damage.
    2. Means to enhance the optic’s ability to effectively operate in all weather conditions, including but not limited to: day or night, rain or snow, high humidity, blowing sand and dust.
    3. Means to mitigate or reduce the impact of heavy fog or other limited visibility environments while in operation.
    4. Identify which Laboratory Test Methods in MIL-STD-810H (with change notice 1) the component meets, or meets the requirements and associated limits as applicable in an earlier MIL-STD-810 version.
    5. Identify whether the component meets MIL-STD-461G or meets the EMI requirements and associated limits, as applicable in an earlier MIL-STD-461 version.
    6. Identify whether the component meets MIL-STD-464C or meets the E3 requirements and associated limits, as applicable in an earlier MIL-STD-464 version.
    7. Provide the Name, Date, Report Number (Document ID), and Testing Agency that completed all EMI test methods.
    8. Any other documented MIL-STD testing.

    3.2.6 Logistics Considerations

    1. Reliability, Availability, and Maintainability (RAM) metrics and preventative maintenance schedules.
    2. Weatherproof transport considerations to support rapid tear down, transport, and set up of the optic.
    3. Ease of maintenance considerations.
    4. Troubleshooting and diagnostic documentation and support considerations, including built-in-test (BIT) and self-diagnostic capabilities.
    5. Special tools for on-site maintenance required.
    6. Manpower (Operation/Maintenance Personnel Quantity Skillsets).
    7. Training Package.
    8. Availability Technical Publication(s).
    9. Parts assigned/requiring National Stock Numbers.
    10. Spare parts kits for commonly damaged or high failure rate items, if available.
    11. Identify any batteries internal to the optic (e.g. CMOS batteries).
    12. Identify Warranty Items, to include warranty period per component/part.
    13. Identify any components that contain materials listed in NAS411-1 Hazardous Materials Target List (HMTL) rev2 (30-Sep-2020).
    14. Sustainment Support Plan.

    3.2.7 Sustainment Considerations

    • Provide any available timelines regarding optic lifecycle plans to discontinue production and/or support.

    4.0 Requested Information:

    Respondents who are interested are requested to provide the information that identifies their capability to provide the support described herein. Please

    5.0 Responses:

    Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this RFI via an electronic technical submission of not more than X pages as well as an executive summary not more than 15 pages in length when printed on 8 ½ x 11 in paper using 12-point font and single spaced. 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 333310, Commercial and Service Industry Machinery Manufacturing).

    (7) Recommendations to improve the Marine Corps’ approach to this requirement.

    (8) State whether the Company has a Secret Facility Clearance and Secret Safeguarding.

    (9) State the potential small business subcontracting opportunities in regards to type of work for this requirement provided for by small businesses, the type of small business (small business (SB), veteran owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), historically underutilized business zone (HUBZone) small business, small disadvantaged business (SDB), and women owned small business (WOSB) concerns) involved, the significance of the effort to the requirement and the percentage of total potential effort being able to be provided to those types of small businesses.

    (10) Identify whether your product is a commercial item in accordance with the definitions in FAR 2.101. In addition, your response must address DFARS PGI 212.102(a).

    (11) Data Right Assertions: The government anticipates that the source for the development of all the technical data, training material and software deliverables, including all components of same, would be government funding under a contract effort, with the result that the government will receive unlimited rights in all such deliverables. If this assumption is incorrect, please identify every deliverable or every component of every deliverable, that will come with a restriction; for this request for information, please follow the procedure and format for Assertions of Restrictions in DFARS 252.227-7017, which the government will consider to be a notional Assertion. Indicate in this notional Assertion any uncertain entries, and the basis of that uncertainty, that might change in a formal Assertion if a contract were awarded to the respondent. For any training material that is pre-existing and would come from your company, or from a third party, or from the government, identify that material and confirm that it can be delivered with a copyright release that will allow the government to make all copies or derivative work that it might find necessary. For any software deliverable or deliverable component, identify any portions of software come from existing commercial software or from open-source software, and list the respective software license(s) that pertains.

    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 check Beta SAM (https://beta.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 kyle.r.bond.civ@usmc.mil and stasia.baker@usmc.mil no later than 1400 Eastern Time on 3 June 2026. Telephone replies will not be accepted.

    6.0 Questions

    Questions or comments regarding this notice may be addressed to kyle.r.bond.civ@usmc.mil  and stasia.baker@usmc.mil by email only. No questions will be accepted after 3 June 2026 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" on 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.

    Key dates

    1. May 6, 2026Posted Date
    2. June 3, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    REQUEST FOR INFORMATION - MARINE AIR DEFENSE INTEGRATED SYSTEM (MADIS) AND LIGHT-MADIS OPTICS is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.