Opportunity

SAM #b21f553af9d848eb9c8406ec1d4433d7

Sole Source Technical Support for GPS Instrumentation at Yuma Proving Ground

Buyer

Yuma Proving Ground

Posted

April 02, 2026

Respond By

April 20, 2026

Identifier

b21f553af9d848eb9c8406ec1d4433d7

NAICS

541330

This opportunity is a planned sole source contract for specialized technical support services at the U.S. Army Yuma Proving Ground. - Contracting agency: U.S. Army Mission and Installation Contracting Command – Yuma Proving Ground (MICC-YPG) - Sole source intent: Cibola Information Systems, Inc. is the only provider due to proprietary rights and technical expertise - Scope of work: - Development, maintenance, and expansion of GPS instrumentation - Advancement of Improved Vehicle Tracking System (IVTS) and WindPack systems - Customization and integration of GPS instrumentation for test programs (electronic warfare, ground combat, ammunition systems) - Systems supported: GPINS, IVTS, WindPack, 6DVTS - No specific product part numbers or quantities; this is a service-based contract - NAICS code: 541330 (Engineering Services) - Period of performance: Five years - Place of performance: U.S. Army Yuma Proving Ground, Yuma, Arizona - Cibola Information Systems, Inc. is the OEM and sole provider due to proprietary technical data - Estimated contract value: Not specified, but likely in the $5M–$20M range for a five-year technical services contract

Potential competitors: - No direct competitors due to sole source justification, but companies with similar GPS instrumentation expertise include: - Trimble Inc. - Garmin Ltd. - NovAtel (Hexagon)

Competing products: - Alternative GPS tracking and instrumentation systems from Trimble, Garmin, or NovAtel, but none with proprietary compatibility for Army test programs

Locations: - U.S. Army Yuma Proving Ground, Yuma, Arizona (place of performance and contracting office)

Key requirements: - Must have proprietary technical data and expertise for GPINS, IVTS, WindPack, and 6DVTS systems - Ability to support Army test missions with customized GPS solutions

Description

Sole Source Intent: The United States Army Mission and Installation Contracting Command – Yuma Proving Ground (MICC-YPG), located at U.S. Army Yuma Proving Ground (USAYPG), Yuma, Arizona, intends to award a Cost-Plus-Fixed-Fee (CPFF) contract to Cibola Information Systems, Inc. located at 2626 S Cheyenne Ave, Yuma, AZ 85365. USAYPG requires highly specialized technical expertise to support its critical test mission. This support includes the development, maintenance, and expansion of Global Positioning System (GPS) instrumentation; advancement in the Improved Vehicle Tracking System (IVTS) and WindPack systems; and the customization and integration of GPS instrumentation for various test programs such as electronic warfare, ground combat, and ammunition systems. Cibola Information Systems, Inc. has developed and maintained the proprietary software and technical data for the GPINS, IVTS, WindPack, and 6DVTS systems. CIS possesses unique and proprietary knowledge, proprietary rights, and the specialized engineering expertise to provide the required GPINS services. The anticipated Period of Performance is 1 June 2026 through 31 May 2031. The North American Industry Classification System (NAICS) Code is 541330 with the standard a standard size of $25.5M.

THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. To protect proprietary information and prevent the unintentional releasing of guarded information, all interested firms must conduct their own research regarding the specifications of the above listed requirement. Information received will be considered solely for the purpose of determining whether to conduct competitive procurement. If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm’s technical capability to meet these requirements by 20 April 2026 at 8:00 AM Mountain Standard Time (MST).

View original listing