October 14, 2025

The Global Positioning System Interface Unit (GPS IU) Program is a modernization initiative to replace the legacy GPS IU while fully preserving its existing capabilities. This effort addresses Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues and ensures long-term sustainability, repairability, and compatibility with future system requirements. The program’s objective is to design, prototype, test, and qualify a Form/Fit/Function (F3) replacement unit that meets all specifications under S659-12830, with a complete Technical Data Package to support integration and maintenance within 36 months.

Background

The GPS Interface Unit serves as a critical control and communication link between the B-52’s onboard computer systems, ensuring accurate data exchange and proper formatting for mission operations. The legacy unit has become increasingly strained as additional software and functionality have been integrated over time. The new GPS IU will provide equivalent form, fit, and function while incorporating updated components to resolve DMSMS risks, enhance performance, and support future maintenance, ensuring continued operational reliability for the B-52 fleet.

Objectives

The objective of this effort is to replace the current GPS IU with a form/fit/function replacement. The solution must meet the requirements of S659-12830 and seamlessly integrate with the legacy system. The solution must also meet the nuclear hardness requirement of B-52H.

Submission Requirements

Interested parties should provide a White Paper response between 7 and 15 pages, using the format below.

The White Paper must:

  1. Describe a general approach including phases to accomplish the objective
  2. Describe assumptions
  3. Provide a detailed approach to the objective (engineering approach)
    • List of tasks List of deliverables
  4. Establish a high-level project schedule and estimated timing
  5. Describe rough order of magnitude cost
    • A more detailed cost analysis will be expected later in the process

Deadline

Responses should be submitted to opportunities@ncms.org by COB November 14, 2025. All submissions should be in the form of a PDF file that is titled: SourcesSought.GPSIU.CompanyName.

All supporting documents will be provided via DOD SAFE by request via NCMS at opportunities@ncms.org with the submission of your company DD2345.

*** The intention of this Sources Sought is to contract the initiative through the Commercial Technologies for Maintenance Activities (CTMA) contract vehicle. It is important to note that this contract vehicle is a Cooperative Agreement, requiring an in-kind contribution and a CTMA final report. The program also does not allow fixed fee/profit. Please reach out to opportunities@ncms.org for any questions or concerns regarding these items.

Disclaimer and Other Legal Information

NCMS encourages the participation of Disadvantaged Business Enterprises (DBEs), including Minority Business Enterprises (MBEs) and Women’s Business Enterprises (WBEs).

Responding to a Sources Sought, RFI, or Survey does not guarantee that a CTMA Program initiative will result. By submitting a response, you are agreeing to allow NCMS to share your information with the United States government. All submissions containing proprietary information shall be marked accordingly.
Any industry or academia participant awarded a contract by a participating government sponsor pursuant to a Sources Sought, RFI, or Survey will be compensated, under the agreement, on a cost-reimbursable basis. Each project participant will be expected to share in the total project cost by contributing cash or in-kind resources.

Under the CTMA Program, the parties shall limit participation on the project to (1) U.S. citizens, (2) lawful permanent residents as defined by 8 U.S.C. 1101(a)(20), (3) other protected individuals as defined by 8 U.S.C. 1324b(a)(3), and (4) Canadian citizens (pursuant to the principles underlying the Canada-U.S. Free Trade Agreement), if such participation will involve visual inspection of the Technology, Intellectual Property or Technical Information, or oral exchanges of information about the foregoing. We also require the project participants to furnish NCMS, upon request, with proof of the citizenship status of its personnel participating on the project, including (1) U.S. citizens; (2) legal permanent residents; and (3) foreign nationals who are not permanent residents. In instances where it is necessary to involve foreign national employees in the visual inspection of the Technology, Intellectual Property, or Technical Information, or oral exchanges of information about the foregoing, the parties will be required to furnish to NCMS proof of appropriate valid export license, or technical assistance agreement, or exemption from licensing requirements (e.g. Canadian exemption) to the extent required by the International Traffic In Arms Regulations (“ITAR”) or the Export Administration Regulations (“EAR”). A copy of such license or agreement shall be furnished to NCMS before any disclosure of information to such foreign person. In the event a party believes that the subject matter of the project agreement is not covered by ITAR, that party may request a written waiver of the requirements of foreign national provision in the CTMA Agreement, which may be granted if the NCMS contracting officer agrees that ITAR does not cover the subject matter.

These requirements also apply to individuals who have dual citizenship status.