Opportunity

SAM #M67854-26-R-0052

USMC Market Research for EO/IR Optics for MADIS and Light-MADIS Platforms

Buyer

MARCORLOGCOM Commander

Posted

May 06, 2026

Respond By

June 03, 2026

Identifier

M67854-26-R-0052

NAICS

333310, 334511, 336414, 336419

The US Marine Corps is seeking industry input on EO/IR optics for the Marine Air Defense Integrated System (MADIS) and Light-MADIS platforms. - Government Buyer: - United States Marine Corps (USMC) - Program Manager Ground Based Air Defense (PM GBAD), Marine Corps Systems Command (MARCORSYSCOM) - Products/Services Requested: - Commercially available Electro-Optical/Infrared (EO/IR) optics for ground and mobile air defense platforms - Technology Readiness Level (TRL) 8/9 required - Capabilities must include detection, tracking, and identification of Group 1-3 UAS, fixed wing, and rotary wing targets - Operation required day/night and in all weather conditions - Integration with command and control systems (C2) and open architecture - Compliance with MIL-STD-810H, MIL-STD-461G, MIL-STD-464C - Environmental, safety, logistics, sustainment, and data rights considerations - OEMs and Vendors: - No specific OEMs or vendors named; open to all qualified industry sources - Unique/Notable Requirements: - Must provide information on technical capabilities, production capacity, delivery, installation, and product support - Emphasis on open architecture and military standard compliance - No specific part numbers or quantities provided (market research only) - Place of Performance: - Hanahan, South Carolina - Contracting Office: - MARCORSYSCOM, Quantico, Virginia

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. This is 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 focuses on existing commercially available optics that are Technology Readiness Level (TRL) 8/9.

2. Purpose:

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

3.1 Program Background:

The MADIS is a FoS comprising specific, integrated capabilities for active air defense against UAS and FW/RW threats. Its mission requires an integrated air defense umbrella based on the rapid kill chain sequence of detect, track, identify, and defeat. This doctrinal sequence provides the foundation for operational concepts enabling MADIS to use organic and/or non-organic data to acquire, engage, and negate or destroy aerial threats. Success is achieved through a dispersed, integrated, and layered defense of SHORAD systems protecting designated military assets and offensive formations, considering standoff, lethality, range, and effectiveness.

The FoS employs EO/IR optic assemblies to detect, track, and visually identify potential targets, then classify threat levels. An optic may be manually controlled or slewed toward a target via a command and control (C2) system integrated with additional sensors.

3.2 Requirements:

PM GBAD requires an EO/IR optic capable of detecting, tracking, and identifying threats under all weather conditions, including on the move and at halt.

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

3.2.1 Design Considerations

Total weight of the system with a breakdown of major components and subcomponents. Average continuous and peak electrical power consumption during operation, including when using a laser designator. Assembly and disassembly timelines between storage and operational configurations. Open standard design for ease of mounting and integration. Gyro-stabilization features and how the system receives position and location data. Optical and digital zoom capabilities for long-distance identification and potential near-field limits. Ability to modify hardware and software to meet USMC-specific requirements.

3.2.2 Interoperability Considerations

Describe the open architecture software design for integration into existing C2 systems; specify any Department of War C2 systems currently integrated. Describe the open architecture software design for integration with agnostic sensors; specify sensors currently integrated. Identify standards used for interfacing with other systems (e.g., industry standards such as SAE or IEEE, or military standards).

3.2.3 Performance Considerations

Provide azimuth and elevation metrics, including limitations. Maximum detection, recognition, and identification ranges (in kilometers) for Group 1-3 FW or RW UAS, manned aircraft, or similar targets during day and night. Capability to perform slew-to-cue operations and systems with which the optic has been integrated. Internal navigation capabilities for cueing using standard reference systems (Time/Lat/Long/Altitude/velocity/covariance data). Metrics for update rates and video resolution, including real-time display, processing, and recording capabilities, bit rate, resolution, and overlay options. Camera slew/cue acceptance rate in Hz and methods of acceptance (via az/el or lat/long/alt). Video encoding and VMTI data formats. Target tracking capabilities and limitations, including background conditions. Ability to switch between EO/IR sensors while maintaining track lock. Maintaining track lock on moving targets across various ranges and object sizes. Object detection capabilities, including multiple objects and detection boxes. Auto-focus capabilities and limitations. Automatic recognition features and limitations. Zoom functionalities: continuous, auto, C2 command, stepped, and operator-controlled. Non-cooperative target recognition capabilities. Performance against moving targets at halt or on the move. Performance against aircraft survivability countermeasures. Maximum active operational hours and limitations. Options for integrated eye-safe laser range finders, including performance, certifications, auto-initiation, and safety features. Laser range finder firing capabilities and safety features. Laser target designation capabilities and certifications. Controller details (analog or digital control), including cuing or control via C2 if digital. Ability to ingest PNT data from MOSA VICTORY and GPS-153, and to timestamp data packets. Success in offboarding aerial objects into C2 systems via STANAG 4609 / MISB standards or similar.

3.2.4 Procurement Considerations

Estimated cost per system. Availability on hand (quantity). Production and delivery capacity, including timelines.

3.2.5 Environmental / Safety Considerations

Protection from solar radiation damage. Weatherproofing for operation in all weather conditions, including day/night, rain, snow, humidity, sand, and dust. Mitigation of limited visibility environments like fog. Compliance with MIL-STD-810H test methods and associated limits. Compliance with MIL-STD-461G for EMI and MIL-STD-464C for E3 requirements. Details of EMI testing: Name, Date, Report Number, Testing Agency. Other MIL-STD testing documentation.

3.2.6 Logistics Considerations

Reliability, Availability, and Maintainability (RAM) metrics and maintenance schedules. Transport considerations supporting rapid deployment. Ease of maintenance and troubleshooting support, including built-in-test (BIT). Special tools required for on-site maintenance. Manpower requirements and skillsets. Training packages. Availability of technical publications. Parts with assigned or required National Stock Numbers. Spare parts kits for high-failure items. Internal batteries (e.g., CMOS batteries). Warranty items and periods. Materials listed in NAS411-1 HMTL (2020). Sustainment support plans.

3.2.7 Sustainment Considerations

Timelines for lifecycle support and discontinuation.

4.0 Requested Information:

Interested respondents should provide information demonstrating their capability to support the described requirements.

5.0 Responses:

Vendors with the necessary skills, resources, and capabilities are invited to respond via an electronic submission not exceeding X pages, plus an executive summary of no more than 15 pages, printed on 8½ x 11 inch paper, using 12-point font, single-spaced. Responses must include:

(1) Name and address of the applicant/company (Corporate/Principal Office). (2) Contact details: name, phone, fax, email. (3) GSA contract number (if applicable). (4) CAGE Code and DUNS Number. (5) Business size under NAICS 333310. (6) Recommendations for improving the Marine Corps' approach. (7) Secret Facility Clearance and Safeguarding status. (8) Small business subcontracting opportunities and types. (9) Commercial item status per FAR 2.101 and DFARS PGI 212.102(a). (10) Data Rights Assertions, restrictions, and licensing details. (11) Proprietary information markings and considerations. (12) Market research purpose and non-binding nature of the RFI. (13) Submittal instructions and contact information.

6.0 Questions

Questions or comments should be directed via email to kyle.r.bond.civ@usmc.mil and stasia.baker@usmc.mil. No questions will be accepted after 3 June 2026 at 1400 Eastern Time. The Government will respond to questions through amendments posted on SAM.gov, and interested parties are encouraged to register on SAM.gov to receive notifications. It is recommended to periodically check the website for updates.

View original listing