IFR Aeroflex RD-301A Weather Radar Test Set and Calibration
ID: 52801PR250000006Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 2 KEARNEYSVILLEKEARNEYSVILLE, WV, 25430, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide an IFR Aeroflex RD-301A Weather Radar Test Set along with calibration services. This procurement, categorized as a total small business set-aside, requires the delivery of one test set and a calibration certificate, essential for the operation of marine navigation radar systems aboard Coast Guard vessels. The selected vendor must ensure delivery within 60 days after receipt of order to the specified address in Baltimore, Maryland, with written quotes due by June 5, 2025, at 1:00 PM ET. Interested parties should contact Ann M. Leuters or Delton L. Brun for further details and must comply with registration requirements in the System for Award Management (SAM).

    Point(s) of Contact
    Files
    Title
    Posted
    The US Coast Guard (USCG) has issued a Request for Quote (RFQ #52801PR250000006) to procure one Aeroflex RD-301A Weather Radar Test Set, including calibration with a certification. This procurement is categorized as a total small business set-aside and requires offers to be submitted in writing by June 5, 2025, at 1:00 PM ET. Bidders must be registered with the System for Award Management (SAM) and provide their Unique Entity Identifier (UEI), Federal Tax Identification Number, and CAGE code with their quotes. The contract is structured as a firm fixed price and seeks a total of two line items: the radar test set and calibration services. Delivery must occur within 60 days of receipt of order to the specified USCG address. Quotes will be evaluated based on completeness and compliance, with the goal of selecting the lowest-priced technically acceptable offer. The solicitation includes multiple attachments, including service manuals and testing documents. The USCG reserves the right to reject any quotes deemed in the public interest and intends to award the contract based on initial evaluations without further negotiations unless necessary.
    The United States Coast Guard (USCG) is issuing a requirement for the procurement of an IFR Aeroflex RD-301A Weather Radar Test Set, essential for the operation of marine navigation radar systems aboard CG vessels. The procurement includes one test set and a calibration certificate with strict specifications that disallow substitutes. The document underscores the importance of established testing and quality assurance protocols tied to the RD-301A, as alternatives would lead to delays and impact operational response. Inspection and acceptance of the equipment will occur in Baltimore, MD, conducted by a designated technical representative to ensure compliance with manufacturer specifications and calibration standards. The test set will undergo specific functional tests to verify its capabilities with AN/SPS-50 radar systems. The awarded vendor must ship the units within 60 days of contract award, ensuring effective packaging against shipping damage. Communication on shipping status with tracking is mandatory to avoid delays. Section 508 requirements do not apply to this procurement. Additionally, relevant attachments include a service manual and a testing and calibration document to guide compliance and standardization.
    The document outlines the requirements for the competence of testing and calibration laboratories, as specified in the ISO/IEC 17025:2017 standard. It emphasizes the importance of impartiality, confidentiality, and the consistent operation of laboratories in order to produce valid results. The standard applies to all laboratory organizations regardless of size and is utilized by various stakeholders to affirm laboratory competence. Key components include structural and resource requirements, such as personnel qualifications, environmental conditions for testing, and the need for proper equipment and its calibration. The document also details process requirements including method selection, validation, and the handling of samples and results. A management system must be established to oversee these elements, with options for adherence to ISO 9001 for comprehensive quality assurance. The intent of this standard is to enhance cooperation among laboratories, assure the validity of results internationally, and facilitate a risk-based management approach to improve overall laboratory effectiveness. It is crucial for federal and state contracts that demand high standards in laboratory operations, impacting grant applications and compliance in government projects.
    The document outlines provisions and clauses applicable to federal solicitations and contracts, particularly focusing on telecommunications and video surveillance services. It describes the "Solicitation Provisions Incorporated by Reference," allowing offerors to submit necessary information without needing full text provisions, accessible online. Key clauses include restrictions on using equipment from specific entities linked to national security concerns under the National Defense Authorization Act. Offerors must provide representations regarding the use of covered telecommunications equipment and services and disclose any related information during the contract performance. Additionally, the document emphasizes prohibitions against contracts with corporate expatriates and Kaspersky Lab covered entities, ensuring compliance with pertinent federal regulations. It also addresses deviations in response to executive orders concerning equal opportunity and affirmative action. This structured guidance aims to enhance transparency and compliance in federal procurement processes, particularly related to national security, telecommunications, and corporate policies.
    The document outlines the electronic submission process for payment requests related to FSMS awards within the federal government, specifically for contractors. A "payment request" includes any bill or invoice that adheres to specific guidelines established in the Federal Acquisition Regulation (FAR) 32.905(b) regarding invoice content. Contractors must primarily use the Invoice Processing Platform (IPP) for submissions unless written authorization is given for alternative methods by the contracting officer. Required supporting documentation for allowable expenses, including travel, must also be included, and electronic enrollment information is available on the Coast Guard's finance website. Correspondence regarding payment requests should be directed to Anthony Kritsings, who serves as both the receiving official and invoice approver. This set of procedures emphasizes efficiency and compliance in processing payments within federal contracts, thereby facilitating proper financial management across government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair Various Radar Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from qualified firms regarding the repair of various radar components. The procurement focuses on the repair capabilities for specific radar items, including a Radar Array, Radar Receiver, and Radar Controller, which must be performed by the Original Equipment Manufacturer (OEM) or an OEM authorized repair facility. This sources sought notice is part of the Coast Guard's market research to identify potential sources and does not constitute a solicitation for proposals or quotes. Interested parties must respond by December 16, 2025, at 2:00 PM EST, providing relevant company information and documentation of OEM authorization to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, referencing notice number 70Z03826IJ0000009 in the subject line.
    DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.
    TRS-3D /AN/SPS-75 Radar repairs/ overhaul services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit for repair and overhaul services for the TRS-3D/16-ES (AN/SPS-75) radar system. This procurement will require OEM parts and components exclusively manufactured by Hensoldt Sensors GmbH, with sales conducted solely through Northern Defense Industries, LLC. The radar system is critical for maritime operations, providing essential search and detection capabilities. Interested vendors should prepare to submit a cover letter, past performance questionnaire, technical capability proposal, and pricing information, with evaluations based on technical merit, past performance, and price. For further inquiries, contact Tatiana Sher at Tatiana.Sher1@uscg.mil or Mark Cap at mark.cap@uscg.mil.
    Radar Equipment
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small business vendors to establish Blanket Purchase Agreements (BPAs) for radar equipment, specifically under the NAICS code 334511. This procurement aims to streamline the acquisition of commercial items necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. Interested vendors are invited to submit their capabilities statements and required documentation by March 11, 2026, to be considered for inclusion in the BPA program, which will operate under simplified acquisition procedures with a master dollar limit of $4,999,999 over five years. For further inquiries, vendors can contact Karin Quagliato at karin.a.quagliato.civ@us.navy.mil or by phone at 240-587-2339.
    Purchase Test Adapters for U.S. Coast Guard Aircraft
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the purchase of test adapters for aircraft, under solicitation number 70Z03826QE0000007. The procurement involves acquiring three test adapters, with an option for up to ten additional units, to be delivered within 45 days after receipt of order to Elizabeth City, North Carolina. These test adapters are critical for ensuring the operational readiness and maintenance of U.S. Coast Guard aircraft. Interested vendors must submit their quotations by December 15, 2025, with questions due by December 10, 2025, and are encouraged to contact Denise Bulone or William P. Morris for further information.
    Purchase Electronic Systems Test Set Adapters
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking to procure two Electronic Systems Test Set Adapters from Lockheed Martin Corp. This procurement is a sole-source requirement, emphasizing the need for new items with traceability to the original equipment manufacturer, Lockheed Martin Corp., and adherence to specific quality assurance standards. The items are critical for the operational readiness of U.S. Coast Guard aircraft, ensuring reliable testing and maintenance capabilities. Interested vendors must submit their quotations by December 18, 2025, at 10:30 a.m. Eastern Time, with the anticipated award date set for January 6, 2026. For inquiries, contact Rose Bateman at rose.a.bateman@uscg.mil or Jordan Ownley at samuel.j.ownley2@uscg.mil.
    Next Generation High Frequency Radio System – Shore (HFRS-S)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting market research for the acquisition of a Next Generation High Frequency Radio System – Shore (HFRS-S) to replace aging HF communication systems. The objective is to procure a commercially available system that includes transceivers, receivers, high power amplifiers, and associated hardware and software to ensure reliable Beyond Line Of Sight (BLOS) communications at various shore facilities. This initiative is critical for maintaining operational capabilities, as the current systems are outdated and lack necessary support and spare parts. Interested vendors are encouraged to submit their responses, including company capabilities and cost estimates, by December 21, 2025, to Kenneth S. Boyer at kenneth.s.boyer@uscg.mil.
    Imtra Wipers and parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for various Imtra wiper parts essential for the operation of the 45’ Response Boat Medium (RBM). The procurement includes specific items such as controllers, pumps, and nozzles, all manufactured by Imtra Corporation, which is the sole source due to the lack of technical data for equivalent products. This acquisition is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must ensure they are registered with SAM.gov and comply with specific packaging and delivery requirements. Quotations are due by January 30, 2026, and inquiries can be directed to Michael Fitzer at Michael.G.Fitzer@uscg.mil or Cynthia A. Matthews at cynthia.a.matthews@uscg.mil.
    Calibration Kit Radio Frequency
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to Rohde & Schwarz USA, Inc. for the provision of a Calibration Kit Radio Frequency. This procurement specifically requires a 50 Ohm, 2-port, 1.85mm calibration kit to support high-frequency network analyzers operating up to 67 GHz, which is critical for maintaining the operational capacity of the RF lab following a recent $1.5 million contract aimed at enhancing its capabilities. The selected vendor must deliver the complete calibration kit within 60 days of contract award to the NSWC IHD location in Indian Head, Maryland. Interested parties must respond by July 28, 2025, at 10 AM (EST) and direct their inquiries to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
    Hygrometer Calibration
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is soliciting quotes for the calibration of Panametrics OptiSonde chilled mirror hygrometers and associated sensors. This procurement is aimed at ensuring precise calibration services that meet stringent standards, with a focus on maintaining compliance with ISO/IEC 17025:2017 and other relevant accreditation requirements. The contract includes a base period from January to May 2026, followed by four one-year option periods extending through May 2030, with performance occurring at the contractor's facility. Interested vendors must submit their quotes by December 10, 2025, at 8:00 AM ET, and are required to be registered in SAM.gov, providing necessary certifications and a Government Property Management System Plan. For further inquiries, vendors can contact Madalyn Lavoie at madalyn.r.lavoie.civ@us.navy.mil.