The United States Coast Guard Surface Forces Logistics Center is soliciting a purchase for Hensoldt Sensors, specifically TRS-3D / AN SPS-75 Air Search Radar System components. The procurement, dated April 15, 2025, details requirements for new OEM parts, including various radar components, power supplies, and control units, all to be sourced through National Defense Industries (NDI), the sole US distributor for Hensoldt GMBH. The purchase description outlines rigorous requirements for shipping, preservation, packing, marking, and bar coding, distinguishing between commercial and military packaging standards. All parts must undergo operational and final performance testing in accordance with OEM specifications and are subject to a Certificate of Conformance. Quality assurance measures, including an ISO 9001:2008 compliant inspection system and a NIST-traceable calibration system, are mandatory. Packaging must meet specific military and commercial standards, with detailed instructions for protective measures, container types, and labeling for long-term storage and multiple shipments.
The document is a modification contract (70Z08520D32055B00) with Hensoldt Inc., outlining a list of 71 items across five ordering periods. Each item, ranging from antennas and pedestals to various radar components, power supplies, and control units, is listed with its part number, NSN, description, and a quantity of one for each ordering period. The contract specifies that the total estimated cost and price per unit for each item across all five ordering periods are currently listed as zero, indicating that these financial details are yet to be determined or are proprietary. The document also includes a 'Delivery (Days ARO)' column, but the values are mostly blank or generic. The nature of the items suggests this is a procurement contract for specialized electronic and radar equipment, likely for defense or maritime applications, reflecting a federal government acquisition.
The document, titled "Past Performance Information Form," is an attachment (Attachment (J)) to Solicitation No. 70Z08526RRJ002B00. Its purpose is to collect detailed past performance information from an offeror in the context of a government solicitation. The form requires the offeror to provide specific contract details, including the contract number, customer name and location, customer point of contact, telephone and email, total dollar value of the effort (definite and option items), and the period of performance. A key section mandates a detailed description of the work performed to demonstrate its relevance to the current solicitation. Additionally, the form requests information on any subcontractors utilized, including a description of their work extent and annual dollar value of subcontracts. This form is critical for evaluating an offeror's experience and capability to successfully perform the work outlined in the solicitation.
Attachment 4 outlines the process for Offerors to submit questions regarding a solicitation for an SPS-75 Air Search Radar System Components. Questions must be submitted in writing via email to Tatiana Sher and Mark Cap, following a specific format that includes the vendor's name, specification paragraph reference, and the question itself. The Coast Guard will provide responses through an amendment. This document is a standard component of government solicitations, ensuring clarity and addressing potential ambiguities for prospective vendors.
The U.S. Coast Guard Surface Forces Logistics Center (SFLC) has issued Solicitation Number 70Z08526RRJ002B00, a Request for Proposal (RFP) for AN/SPS-75 Radar system components. This is a sole-source requirements contract for a five-year period, from April 25, 2026, to April 24, 2031, with Northern Defense Industries, LLC, the exclusive U.S. distributor for the OEM, Hensoldt Sensor GmbH. The contract specifies Firm-Fixed Price Delivery Orders for brand-name components, with no substitutes or alternate parts accepted. The solicitation outlines contract terms and conditions, including ordering limitations, delivery to Baltimore, MD, and electronic invoice submission via the Invoice Processing Platform (IPP). Key Federal Acquisition Regulation (FAR) clauses, such as Buy American and reporting requirements, are incorporated.