United States Coast Guard Academy Training Vessel Electronics Upgrade
ID: 70Z03925QCGA00003Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDCG ACADEMY(00039)GROTON, CT, 06340, USA

PSC

INSTALLATION OF EQUIPMENT (N)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 12:00 AM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the upgrade of electronics on training vessels at the United States Coast Guard Academy located in New London, Connecticut. This procurement aims to enhance the electronic systems aboard the training vessels, which are crucial for the effective training of cadets in maritime operations. Interested parties should contact Michael Dwayne Edwards at Michael.D.Edwards@uscg.mil or call 860-444-8428 for further details regarding the solicitation process. The opportunity falls under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 4:05 PM UTC
The United States Coast Guard Academy (USCGA) requires an upgrade of electronics on its training vessels, Respect and Duty, which have outdated systems installed around 2008. The current Scalable Integrated Navigation System (SINS) is failing and does not meet safety navigation requirements, affecting the Nautical Science Department's mission. This contract involves the removal of the SINS equipment and installation of a contemporary Raymarine Electronics Package. The contract specifies tasks for removing old equipment, installing the new system, and integrating it into existing power assemblies, complete with operational documentation and training for operators. The contractor must provide a Program Manager as the single point of contact and ensure all personnel adhere to security protocols while on site. The work is planned to occur over one week at USCGA facilities in New London, CT, typically between 7 a.m. and 5 p.m., with the potential for off-hours engagement. Acceptance of work is contingent upon review by the Contracting Officer's Representative (COR), who has the authority to reject deliverables if they do not meet the standards outlined. The initiative demonstrates the USCGA's commitment to maintaining modern operational capabilities for training purposes.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Control Unit, CH100 - Open, Inspect Report
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide inspection and repair services for 52 units of the Control Unit, CH100, under solicitation number 2125405B4200RR005. The primary objective is to open, inspect, and report on the condition of these units, which are critical for communication operations, and to determine if they can be repaired to meet operational standards. This procurement emphasizes the use of L3 Harris authorized technicians and parts due to the proprietary nature of the equipment, ensuring compliance with federal regulations and operational readiness. Interested vendors must submit their written quotes by May 1, 2025, at 12:00 PM ET, to the Contract Specialist, Megan Maday, at megan.l.maday@uscg.mil, and the Contracting Officer, Delton Brun, at Delton.L.Brun@uscg.mil.
175’ WLM General Announcement System (1MC) Hardware Kits and Support for USCGC IDA LEWIS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide hardware kits and support for the 175’ WLM General Announcement System (1MC) for the USCGC IDA LEWIS. The procurement involves replacing an outdated communication system with the MINI DIAS system from Dynalec Corporation, which includes the delivery of assembly units, handsets, and technical support for installation in Baltimore, MD. This upgrade is crucial for enhancing operational efficiency and effectiveness in communication onboard USCG vessels. Interested vendors must submit their quotes by July 26, 2024, to Gabriel Jasbon at GABRIEL.O.JASBON@USCG.MIL, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
70Z04425RNCA05V00- Open, Inspect and Repair Rockwell Collins High Frequency Mixer Stage Repair
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the repair of Rockwell Collins High Frequency Mixer Stages, identified by Part Number 270-2615-040. The procurement aims to restore these units to a "Ready for Issue" condition, ensuring they meet Original Equipment Manufacturer (OEM) standards through a comprehensive process of inspection, diagnostics, and repair. This initiative is crucial for maintaining operational readiness and supporting U.S. Coast Guard missions. Interested contractors must submit their proposals electronically by April 18, 2025, with inquiries due by April 4, 2025, and can contact Gregory Ducker at gregory.j.ducker@uscg.mil for further information.
USCGC MARGARET NORVELL (WPC-1105) DOCK-SIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dock-side repairs of the USCGC MARGARET NORVELL (WPC-1105) as part of a Sources Sought Notice aimed at market research. The anticipated repair period is set for 42 days, from November 11 to December 23, 2025, with a firm-fixed price contract expected to be awarded following the identification of capable sources. This initiative is crucial for maintaining the operational readiness of the vessel, which falls under the NAICS code 336611 (Ship Building and Repairing) with a size standard of 1,300 employees. Interested companies must submit their qualifications, including business size certification and relevant past performance, by May 6, 2025, and must be registered in the System for Award Management (SAM). For further inquiries, potential respondents can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil.
Repair Satcum SDU
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to repair the SATCOM SDU for the HC-144 aircraft under solicitation number 70Z03825QW0000057. The procurement requires compliance with Original Equipment Manufacturer (OEM) specifications and FAA certification for the repair services, emphasizing the need for technical expertise and capability in handling Coast Guard aircraft components. This repair is critical for maintaining the operational readiness of the HC-144 aircraft, which plays a vital role in Coast Guard missions. Interested vendors must submit their qualifications by March 28, 2025, and can contact Debra Heath at debra.w.heath@uscg.mil for further information.
USCG SEC SE NEW ENGLAND SECURITY GATE REPLACEMENT
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the replacement of a security gate at the Sector Southeast New England in Woods Hole, Massachusetts. The project entails providing all necessary personnel, equipment, and materials to remove a damaged 30 ft. security gate and construct a new gate, including operational testing and compliance with safety regulations. This procurement is crucial for maintaining security infrastructure at the facility, with a contract value estimated between $25,000 and $100,000, and completion required within 30 calendar days of the notice to proceed. Interested contractors should contact Steve Mensen at STEVEN.L.MENSEN@USCG.MIL or Jason L. Williams at JASON.L.WILLIAMS@USCG.MIL for further details.
open, inspect and report OPERATOR INTERFACE, ELECTRONIC
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to open, inspect, report, and overhaul electronic operator interface components, specifically part number 76737-16, with a total quantity of nine units. The overhaul must comply with the ELC Number R-400-299-J specification and include a standard manufacturer's warranty of up to two years post-delivery, ensuring that all items are delivered in compliance with packaging and preservation standards to prevent deterioration. This procurement is critical for maintaining the functionality of fire and smoke alarm systems aboard Coast Guard vessels, with a total estimated cost for the overhaul capped at $8,495 per unit. Interested vendors must submit their quotes by August 7, 2024, and direct any inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
DISPLAY UNIT
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair and possible overhaul of ten proprietary DISPLAY UNITS, identified by part number JH 19T14 MMD-AA1-AOAA and national stock number NSN 7025-25-160-6957. The procurement requires the contractor to open, inspect, report, and potentially repair these units in accordance with the original equipment manufacturer's specifications, as they are critical components for the U.S. Coast Guard's Medium Endurance Product Line. The total estimated cost for the repairs is $28,500, which includes $25,000 for repairs and $3,500 for other than intended repairs, with a delivery deadline set for May 15, 2025. Interested vendors must submit their quotations by April 18, 2025, and direct any inquiries to Nina Crosby at nina.m.crosby@uscg.mil.
KIT, UPGRADE, THRUSTER DRIVE C
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of ten "KIT, UPGRADE, THRUSTER DRIVE C" units. This solicitation requires vendors to adhere to strict specifications regarding delivery, packaging, and labeling, with a mandatory delivery date set for April 25, 2025, and no substitutions allowed without prior approval. The goods are essential for maintaining operational capabilities within the Coast Guard fleet, emphasizing the importance of compliance with military packaging standards and quality assurance protocols. Interested vendors must submit their quotes by April 30, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact Daniel J. Nieves or Stephanie Garity via the provided email addresses.
Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.