ContractCombined Synopsis/Solicitation

USCG Next Generation Surface Search Radars (NXSSR)

DEPARTMENT OF HOMELAND SECURITY 70Z04426RC2PL2603
Response Deadline
Jun 8, 2026
31 days left
Days Remaining
31
Until deadline
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The U.S. Coast Guard is seeking a single-award IDIQ contract for Next Generation Surface Search Radars (NXSSR) to replace obsolete surface search radar systems used for collision avoidance, navigation, and surveillance on cutters and shore sites. The work includes radar hardware, software, support services, training, repair, and a task order for an SDK and ARPA application, along with related documentation and licensing. The requirement calls for an IMO-certified shipborne surveillance radar solution that meets detailed threshold technical specifications, uses only new items, supports interoperability between afloat and ashore components, and complies with cited government and industry standards; the performance period is ten years, with a one-year period for the task order work. The contract is for U.S. performance and includes a minimum guarantee of $1,000,000 and a maximum ceiling of $49,000,000, funded by OB3 reconciliation funds if available. Offers are due by June 8, 2026, questions are due by May 18, 2026, and the primary contact is Amanda R. Barraclough.

Classification Codes

NAICS Code
334511
Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
PSC Code
5840
RADAR EQUIPMENT, EXCEPT AIRBORNE

Solicitation Documents

6 Files
Combined Synopsis_Solicitation_70Z04426RC2PL2603_05-08-2026.pdf
PDF582 KBMay 8, 2026
AI Summary
The U.S. Coast Guard (USCG) has issued a combined synopsis/solicitation (RFP 70Z04426RC2PL2603) for Next Generation Surface Search Radars (NXSSR). This is a single-award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a minimum guarantee of $1,000,000 and a maximum ceiling of $49,000,000 over a ten-year ordering period. The USCG seeks IMO-certified Shipborne Surveillance Radar systems for collision avoidance, navigation, and surveillance on cutters and shore units, replacing outdated radar systems. The contract also includes services like System Development Kits, ARPA applications, and various support services. Offers are due by June 8, 2026, with questions due by May 18, 2026. This acquisition is funded by the One Big Beautiful Bill Act (OB3) reconciliation funds, contingent on their availability.
Attachment 1_Scope of Work_70Z04426RC2PL2603_05-08-2026.pdf
PDF273 KBMay 8, 2026
AI Summary
The United States Coast Guard (USCG) Command, Control, Communications, Computers, Cyber, and Intelligence Service Center (C5ISC) is seeking to procure Next Generation Surface Search Radars (NXSSR) through an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. This initiative aims to replace five outdated Surface Search Radar (SSR) systems—AN/SPS-50, AN/SPS-78, AN/SPS-79, AN/SPS-73, and Terma Scanter 2001—across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The new scalable, IMO-certified Shipborne Surveillance Radar system will enhance collision avoidance, navigation, and surveillance, ensuring interoperability between afloat and ashore components. The contract will cover hardware, software, support services, training, and repair, with all deliverables adhering to strict government, safety, and industry standards, including various IEC, NMEA, and MIL-STD specifications. Contractor personnel must be qualified, maintain continuity of support, and comply with all security and conduct regulations.
Attachment 2_NXSSR Tech Spec_Warranty_70Z04426RC2PL2603_05-08-2026.xlsx
Excel574 KBMay 8, 2026
AI Summary
This document, Solicitation 70Z04426RC2PL2603 Attachment 2, outlines the technical specifications and warranty requirements for the NXSSR system. It provides detailed instructions for offerors, emphasizing that only new items are acceptable and that used, refurbished, or 'gray' items will not be considered. Offerors must indicate compliance with each specification and warranty term as either 'Meets' or 'Does not Meet' and provide proposal references for detailed explanations. The document differentiates between 'Objective' requirements, which are preferred but not mandatory, and 'Threshold' requirements, which are minimum and mandatory. Failure to meet 'Threshold' requirements will result in a proposal being deemed unacceptable. The bulk of the document consists of a highly structured list of NXSSR-SR requirements, categorized by section numbers (e.g., 2.1, 2.2, 2.3 and their sub-sections), which detail the precise technical specifications and warranty terms that contractors must address in their proposals.
Attachment 3_Price Schedule_70Z04426RC2PL2603_05-08-2026.xlsx
Excel47 KBMay 8, 2026
AI Summary
Solicitation 70Z04426RC2PL2603, an Invitation for Bid (IFB), outlines a comprehensive price schedule for parts and services for Coast Guard Cutters. The document is divided into sections: "CG Cutters by Class" details various cutter platforms, their designators, lengths, and quantities, along with VTS Remote Site Locations, noting that quantities are anticipated and subject to change. The "PARTS PRICING (Base Period - Years 1-5)" and "PARTS PRICING (Option Period - Years 6-10)" sections list government item descriptions for radar components and other marine electronics, requiring offerors to provide contractor part names, numbers, commercial list prices, and stepladder pricing based on quantity tiers for each year. A critical instruction for offerors is to propose solutions meeting Attachment 2 requirements, fill in orange-highlighted fields, and only price the "Objective: De-icer" if their solution meets the specified objective. All prices must be Firm-Fixed-Price (FFP) and include all costs. The "Manufacturer Data" section requires offerors to provide details such as contractor part name/nomenclature, part number, cage code, functional description, and manufacturer. Finally, "Task Order 1 (TO1) - SDK / ARPA - Price Proposal" specifies a CLIN schedule for a Software Development Kit (SDK) and Automatic Radar Plotting Aid (ARPA) Application, also on a Firm-Fixed-Price basis. The document emphasizes that it is not a locked spreadsheet and prohibits manipulation or inputting formulas.
Attachment 4_MarkingsPackagingDeliveryInspect_C2PL2603_05-08-2026.pdf
PDF283 KBMay 8, 2026
AI Summary
This government file, Attachment 4 to Solicitation 70Z04426RC2PL2603, outlines the detailed requirements for markings, packaging, delivery, and inspection/acceptance of items for the U.S. Coast Guard. The primary purpose is to establish standards for stocking provisioned parts at the SFLC Inventory Control Point (ICP). Key requirements include preservation according to ASTM and MIL-STD standards, specific packaging for different item sizes and types, and robust durability measures to prevent damage during transport and storage. Markings for both vessel installation kits and spare parts must follow a prescribed format, including stock numbers, noun names, and contract details. All shipments to the SFLC ICP require marking in accordance with MIL-STD-129P, with specific details for individual parts and containers, including bar code labeling. Warrantied items also need special marking to indicate warranty existence and details. Finally, a DD Form 250 or Commercial Bill of Lading and detailed packing slips are required for each delivery, with copies distributed as specified.
Attachment 5_Requirement Doc_TO1_70Z04426RC2PL2603_05-08-2026.pdf
PDF219 KBMay 8, 2026
AI Summary
The United States Coast Guard (USCG) Command, Control, Communications, Computers, Cyber, and Intelligence Service Center (C5ISC) seeks to procure a Next Generation Surface Search Radar (NXSSR) Software Development Kit (SDK) and an Automatic Radar Plotting Aid (ARPA) Application. This initiative addresses the obsolescence of existing Surface Search Radar (SSR) systems, which include five different radar types across various cutter platforms and Vessel Traffic Service (VTS) sites, all of which are end-of-support or beyond service life. The procurement includes a customizable SDK to integrate radar data and an ARPA application that interfaces with Command and Control (C2) systems via a Local Area Network (LAN) to provide radar video, target data, and control functions, including AIS track correlation. The project encompasses five tasks: SDK provision, SDK documentation, SDK enterprise licensing, ARPA application development, and ARPA application enterprise licensing. Deliverables, including the SDK and ARPA application, must be provided within specified timelines following the task order award, along with comprehensive documentation and unlimited enterprise licenses. Contractor personnel will be subject to stringent security requirements, including U.S. citizenship verification and background investigations. The contract has a one-year performance period and adheres to Section 508 compliance, with a national security exception for software development and system integration installation, but requires validation of ICT deliverables for accessibility.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2026
deadlineResponse DeadlineJun 8, 2026
expiryArchive DateJun 23, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
C5I DIVISION 3 PORTSMOUTH

Point of Contact

Name
Amanda R. Barraclough

Place of Performance

UNITED STATES

Official Sources