Skipper DL2 System
ID: 12493Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

NAVIGATIONAL INSTRUMENTS (6605)

Set Aside

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

    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals from qualified small businesses for the procurement of Skipper DL2 Doppler Speed Log systems as part of a recapitalization project. The objective is to replace outdated Sperry SRD-500 Doppler Speed Log systems on eight National Security Cutters with three Skipper DLA Dual Axis Systems and two retro kits, ensuring operational efficiency and safety in navigation. This procurement emphasizes the need for authorized resellers only, with a firm fixed-price contract to be awarded to the lowest-priced technically acceptable quote, and all submissions must be received by July 1, 2025, for delivery by September 30, 2025. Interested vendors should contact Brianna Riffle at Brianna.Riffle@uscg.mil or Mark Rushing at Mark.A.Rushing@uscg.mil for further details.

    Files
    Title
    Posted
    The United States Coast Guard has initiated a recapitalization project, titled "C2PL-25-003 WMSL-418 Doppler Speed Log Recapitalization," to replace outdated Sperry SRD-500 Doppler Speed Log systems on eight National Security Cutters (WMSL). The project aims to procure a standardized replacement system, the Skipper DL2, which has been successfully integrated on CGC Stone and demonstrated effective communication with NAVSSI. The scope includes installing the Skipper DL2 on the Cutter fleet, alongside acquiring hardware kits for immediate availability and retrofitting in case of failures of older units. Essential components outlined in the requirements include multi-panel displays, electronic units, junction boxes, and log sensors, with specific shipping and labeling protocols for organization. The deliverables are expected to be completed by September 30, 2025. Additionally, Section 508 accessibility standards will apply to the technology, ensuring it is usable by all individuals, including those with disabilities. This effort signifies the Coast Guard's commitment to modernizing its equipment to ensure operational efficiency and navigate safety under various conditions.
    The document outlines the Federal Acquisition Regulation (FAR) provisions and clauses relevant to solicitation number 52800PR250012493. It provides a comprehensive index of applicable FAR provisions, including instructions for offerors regarding the representation and certification requirements related to telecommunications and video surveillance equipment, particularly those sourced from certain foreign entities. Key provisions emphasize the prohibition of contracting for covered telecommunications services or equipment identified under the John S. McCain National Defense Authorization Act. The document also includes provisions related to contractor responsibilities, reporting requirements, and necessary disclosures if contractors utilize or intend to provide such restricted items. Additionally, the solicitation reflects recent class deviations and exemptions affecting which provisions are to be included or omitted, notably concerning equal employment and environmental sustainability. Overall, the document serves as a regulatory framework guiding contractors in complying with federal standards when responding to government solicitations.
    The document provides instructions for the electronic submission of payment requests related to FSMS awards, defining key terms like "payment request" and specifying the requirements for invoices according to federal regulations (FAR 32.905(b)). Contractors are mandated to use the Invoice Processing Platform (IPP) for submissions, with the exception of instances where the contracting officer permits alternative submission methods in writing. Such authorizations must accompany the payment requests. Enrollment details for IPP and contact information for the receiving and invoicing officials, specifically ETS Anthony Smith, are also included. This guideline emphasizes the importance of compliance with federal regulations and Streamlines the payment process for contractors involved in governmental contracts, fostering efficiency and accountability in financial transactions.
    The document serves as a combined synopsis and solicitation for a Request for Quote (RFQ) from the United States Coast Guard (USCG) for specific Doppler Speed Log systems. It outlines the procurement of three Skipper DLA Doppler Speed Log Dual Axis Systems and two retro kits, indicating a total small business as the applicable set-aside. The solicitation requires quotes to be submitted in writing by July 1, 2025, with a firm fixed-price nature and delivery required by September 30, 2025. Key details include registration in the System for Award Management (SAM), inclusion of a Unique Entity Identifier (UEI), tax identification, and a CAGE code in all quotes. The award will go to the lowest-priced technically acceptable bid which meets brand-name requirements outlined. The document specifies compliance and evaluation procedures, noting that incomplete submissions may lead to disqualification. There are several attachments included for further reference. Overall, this RFQ emphasizes a strict adherence to specifications and the requirement for authorized resellers only, reflecting standard government procurement procedures.
    Lifecycle
    Title
    Type
    Skipper DL2 System
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.
    PARTS KIT SEAL REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    Purchase of Digital Crew Units (DCU)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential suppliers for the procurement of Digital Crew Units (DCU) as part of a Sources Sought Notice. The primary objective is to identify capable sources that can provide the DCU, identified by NSN 1680-01-HS3-3084 and P/N 1188200-115, which are critical components for aviation operations. This notice serves as a market research tool to assist the U.S. Coast Guard in determining the availability of suppliers and does not constitute a solicitation for proposals or quotes. Interested parties must submit their responses by December 8, 2025, at 12:00 PM EST, and can direct inquiries to Zachary R. Harris via email at Zachary.R.Harris2@uscg.mil, ensuring to include the reference number 70Z03826IH0000011 in the subject line.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    DOCKSIDE REPAIRS OF CGC STRATTON (WMSL 752)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting proposals for dockside repairs of the USCGC STRATTON (WMSL 752) as part of a combined synopsis/solicitation. The project requires contractors to provide all necessary labor, materials, and services to perform specified repairs onboard the vessel, with a performance period from April 21, 2026, to May 15, 2026. This opportunity is set aside for 100% small business concerns under NAICS code 336611 (Ship Building and Repairing), emphasizing the importance of maintaining the operational readiness of the Coast Guard fleet. Proposals must be submitted by 2:00 PM PST on January 2, 2026, and interested parties can contact Valerie S. Rivera-Chase at Valerie.S.RiveraChase@uscg.mil or by phone at 510-437-5422 for further information.
    USCGC SAILFISH (WPB-87356) DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC SAILFISH (WPB-87356) for Fiscal Year 2026. The scope of work encompasses 41 detailed tasks, including hull plating preservation, tank cleaning and inspection, engine realignment, and various electrical and mechanical repairs. This procurement is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their capabilities, business size, small business certifications, and past performance information by December 10, 2025, at 3:00 PM EST, to the designated email contacts provided in the notice.
    USCGC WAESCHE RO SYSTEM PARTS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide parts for the Reverse Osmosis (RO) System on the USCGC Waesche, which has been experiencing issues with reliable water production. The procurement includes the supply of specific parts identified from a prior assessment, along with the requirement for two technicians to install these parts and accompany the Cutter during its shakedown to verify repairs. This opportunity is critical for maintaining the operational readiness of the vessel, ensuring it can produce potable water effectively. Interested vendors must submit their quotations by 0800 Pacific Time on December 10, 2025, and must be enrolled in the System for Award Management (SAM) prior to contract issuance. For further inquiries, vendors can contact Donna O'Neal at Donna.J.O'Neal@uscg.mil or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil.
    Removal of the old Gyrocompass System and install a new Gyrocompass System on the Dredge Goetz
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the removal of the old Gyrocompass System and the installation of a new Gyrocompass System on the Dredge Goetz. This procurement aims to enhance navigational capabilities by replacing outdated equipment with modern technology, which is crucial for the operational efficiency of the dredging vessel. The contract is set aside for small businesses, and interested parties should reach out to Benjamin Knutson at benjamin.t.knutson@usace.army.mil or call 651-290-5418 for further details. The exact location for the performance of the work will be determined after the award.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional one-year option periods. The procurement is critical for maintaining operational readiness and efficiency of Coast Guard aviation assets, ensuring the availability of essential parts such as valves, actuators, and sensors. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and all inquiries should be directed to Dmitri E. Mercer via email, with the solicitation number 70Z03826QL0000013 included in the subject line.
    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.