December 3, 2025
This modernization initiative will replace the Global Positioning System Splitter Amplifier Unit (GPS SAU) for the B-52 while preserving all existing operational capabilities. The effort will address Diminishing Manufacturing Sources and Material Shortages issues, ensure continued production viability, and focus on long-term repairability. The program’s objective is to deliver a fully qualified GPS SAU prototype, validated design modifications, and a comprehensive Technical Data Package that enables future maintenance, sustainment, and integration activities.
Background
The GPS SAU functions by splitting and amplifying GPS coordinate signals and distributing them to the wing weapons bays, making it a critical element in navigation and weapons integration. A new GPS SAU solution is needed that meets all requirements of Specification S499-10023 and fully integrates with the legacy system architecture. The replacement unit must address obsolescence issues while maintaining compatibility with the B-52H platform.
Objectives
The objective of this effort is to design, engineer, prototype, test, and qualify a form/fit/function GPS SAU, NSN 5996-01-459-8014, PN 499-11010, in accordance with Specification S499-10023. The replacement unit must maintain form/fit/function equivalency, support legacy interfaces, and meet all nuclear hardness requirements of the B-52H. The supplier will develop an F3 prototype, substantiate all Class II changes, and deliver a complete Technical Data Package to support integration. The contractor will also be responsible for providing any required maintenance procedures and special tools necessary for troubleshooting and repairs, with a CDR-level redesign expected within 24 calendar months.
Submission Requirements
Interested parties should provide a White Paper response between 7 and 15 pages, using the format below.
The White Paper must:
- Describe a general approach including phases to accomplish the objective
- Describe assumptions
- Provide a detailed approach to the objective (engineering approach)
- List of tasks
- List of deliverables
- Establish a high-level project schedule and estimated timing
- 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 December 19, 2025. All submissions should be in the form of a PDF file that is titled: SourcesSought.GPS.SAU.CompanyName.
*** 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.
Drawings are available and a detailed cost breakdown will also be required. A DD 2345 will need to be submitted to the opportunities@ncms.org email address. You will also be provided with an excel file to be used to breakdown costs. Please reach out to opportunities@ncms.org regarding these items.
Evaluation Criteria
- Technical Feasibility. How technically feasible is the proposed solution, given the present state of the technology? Solutions with a lower technological risk profile are favored.
- Responsiveness. How responsive is the proposed solution? Solutions responsive to the problem identified, without creating new problems, are favored.
- Viability. How viable is the proposed solution, given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures are favored.
- Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored.
- Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored.
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.




