SSR Radar Interface Boards
ID: 52801PR250000002Type: 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

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 2:00 PM UTC
Description

The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for the procurement of thirteen Radar Interface Boards (part number 2274) from SSR Engineering, Inc., as outlined in Request for Quote (RFQ) number 52801PR250000002. This procurement is critical for supporting repairs to the AN/SPS-78 Radar system utilized on USCG vessels, ensuring operational readiness and reliability. Vendors are required to deliver the radar equipment within 60 days after receipt of order, with all submissions due by April 8, 2025, at 10:00 AM ET. Interested parties must submit written offers to the primary contact, Brianna Riffle, at Brianna.Riffle@uscg.mil, and include necessary registration information such as a UNIQUE ENTITY IDENTIFIER, tax identification number, and CAGE code.

Files
Title
Posted
Mar 28, 2025, 7:05 PM UTC
The United States Coast Guard has issued a requirements document to procure thirteen (13) Radar Interface Boards (21x7) with part number 2274 from SSR Engineering Inc. This initiative stems from the necessity to support repairs for the AN/SPS-78 Radar system used on USCG vessels. The Radar Interface Board is a specific electronic circuit card essential for maintaining these radar systems, and substitutions are not permitted due to the complex engineering involved in alternatives. The boards must be new and are to be shipped to the Coast Guard's facility in Baltimore within 60 days of receipt of order (ARO). The document clarifies that no government-furnished resources will be provided for this purchase, and it explicitly states that Section 508 compliance requirements do not apply to this acquisition. The purpose of this document is to outline the specific needs and logistics for the procurement process, emphasizing the importance of sourcing the correct components for USCG operations.
Mar 28, 2025, 7:05 PM UTC
Mar 28, 2025, 7:05 PM UTC
The document outlines the provisions and clauses related to federal solicitations and contracts, specifically solicitation number 52801PR250000002. It incorporates various Federal Acquisition Regulation (FAR) provisions and clauses by reference, emphasizing the importance of compliance with specific solicitation requirements. Key elements include representations regarding telecommunications and video surveillance services, prohibitions outlined in the John S. McCain National Defense Authorization Act concerning covered telecommunications equipment, and the necessity for Offerors to review listings of excluded parties in the System for Award Management (SAM). The document highlights critical reporting requirements in case any prohibited equipment is identified during contract performance and mandates that compliance information be disclosed by contractors. Furthermore, it clarifies exceptions to various prohibitions and stipulates which clauses are mandatory for inclusion, as well as those that are excluded from solicitations. This structured guidance serves to ensure that contractors are well-informed about regulatory compliance and the specific documentation required for the bidding process related to government contracts. Overall, the document aims to facilitate adherence to federal regulations while addressing significant telecommunications and procurement risks.
This document outlines the procedures for the electronic submission of payment requests related to FSMS Awards under federal contracts. A payment request, which includes invoices and associated documentation, must comply with specific federal regulations, including FAR 32.905(b) regarding invoice content. Contractors are required to submit payment requests electronically via the Invoice Processing Platform (IPP), with detailed guidance available on the related website. Alternate submission methods can be permitted only with written authorization from the contracting officer, which must accompany each request. The document emphasizes the importance of adherence to federal guidelines regarding contract financing and the inclusion of relevant business status and travel expenses when applicable. Overall, this submission process aims to streamline payments and ensure compliance within government procurement practices.
Mar 28, 2025, 7:05 PM UTC
The document outlines a Request for Quote (RFQ) by the United States Coast Guard (USCG) for the procurement of thirteen Radar Interface Boards (part number 2274) and associated shipping services. The RFQ, numbered 52801PR250000002, is structured under FAR regulations and is open to all vendors, with no restrictions on participation. Proposals are due by April 8, 2025, and must be submitted in writing. The procurement has a Firm Fixed Price structure and requires vendors to provide critical registration information including a UNIQUE ENTITY IDENTIFIER, tax identification number, and CAGE code. Vendors must deliver the radar equipment within 60 days after receiving the order, ensuring commercial shipping methods are used to transport the boards to the designated USCG address in Baltimore, Maryland. The evaluation process will prioritize compliance and completeness of submissions, ultimately awarding the contract to the lowest price technically acceptable offer. This RFQ reinforces the USCG’s operational capability through targeted procurement of essential radar equipment, highlighting the government's streamlined acquisition process for commercial services in support of their mission.
Mar 27, 2025, 7:05 PM UTC
The U.S. Coast Guard (USCG) is soliciting quotes for a one-time purchase of thirteen Radar Interface Boards (part number 2274) from manufacturer SSR Engineering, Inc., under Request for Quote (RFQ) #52801PR250000002. The RFQ is structured per FAR guidelines and has no set-aside restriction. Quotations must be submitted in writing by April 8, 2025, to specified contracting officials and should include vital vendor details such as UEI number and CAGE code. The procurement is a Firm Fixed Price contract, with an estimated delivery timeframe of 60 days after receipt of order to a designated USCG address in Baltimore, MD. The evaluation process for submissions involves checking for completeness and compliance, followed by a price and technical evaluation. The aim is to award to the lowest-priced technically acceptable quote while retaining the authority to engage with vendors if deemed necessary. The document outlines essential attachment references and emphasizes that questions should be submitted in writing, as phone inquiries are not permitted. Overall, this solicitation seeks transparency and compliance in acquiring important radar equipment for the USCG.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
USCG Next Generation Surface Search Radar (SSR)
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential suppliers regarding the Next Generation Surface Search Radar (SSR) system, aimed at modernizing its navigational and surveillance capabilities. The procurement focuses on replacing outdated radar systems currently in use across various platforms, enhancing situational awareness and operational readiness in maritime environments. This initiative is critical for maintaining safety and compliance with International Maritime Organization (IMO) standards, as the new radar systems will serve as primary tools for collision avoidance and environmental monitoring. Interested parties are encouraged to submit their responses to the Request for Information (RFI) by April 30, 2025, at 12:00 PM ET, and should direct inquiries to Amanda R. Barraclough or Christina M. Grimstead via their provided email addresses.
RD-301A Radar Test Set - Open, Inspect, Report
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the repair and calibration of one RD-301A Radar Test Set, a critical piece of equipment used to support operational missions. The contractor will be responsible for inspecting the unit, diagnosing its condition, and determining repair costs, with the goal of restoring the equipment to Original Equipment Manufacturer (OEM) standards. This procurement is vital for maintaining the operational readiness of the U.S. Coast Guard's fleet, ensuring that essential equipment is functional and reliable. Interested vendors must submit their quotes by March 19, 2025, with the anticipated award date on or before March 31, 2025; inquiries should be directed to Amanda L. Justice at amanda.l.justice@uscg.mil or Delton L. Brun at Delton.L.Brun@uscg.mil.
Modern Signal Processor
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of five Modern Signal Processors under solicitation number 70Z03825QJ0000213. The requirement emphasizes the need for items that have clear traceability to the Original Equipment Manufacturer, Honeywell International Inc., and mandates the submission of a Certificate of Conformance (COC) to ensure compliance with federal regulations. This procurement is crucial for maintaining operational capabilities within the Coast Guard's aviation sector, with a closing date for offers set for April 4, 2025, at 2:00 PM EDT, and an anticipated award date around April 13, 2025. Interested vendors should direct their quotations to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, ensuring to reference the solicitation number in their correspondence.
SEMICONDUCTOR DEVICE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is seeking quotations for the procurement of 18 semiconductor devices (NSN 5961-01-599-4004) as part of a Request for Quote (RFQ). These devices are critical components for various applications within the Coast Guard's operations, and the selected vendor must comply with specific packaging and labeling requirements, including adherence to military standards. Quotes are due by April 9, 2025, with a required delivery date of May 9, 2025, and all interested vendors must have an active registration in SAM.gov to be eligible for contract award. For further inquiries, vendors can contact Christopher Huertas-Rolon at 410-354-1926 or via email at CHRISTOPHER.A.HUERTAS-ROLON@USCG.MIL.
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.
PROBE REPLACEMENT
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of seven probe replacements, identified by NSN 6685-99-847-5303, from Aeronautical & General Instruments. The items must be individually packaged according to stringent military standards to prevent damage during transit, and all packages must be marked in compliance with established guidelines, including barcoding requirements. This procurement is critical for maintaining operational readiness and ensuring the reliability of measurement instruments used by the Coast Guard. Interested vendors must submit their quotations by April 3, 2025, at 10:00 AM EST, to Yvette Johnson at Yvette.R.Johnson@uscg.mil, and must be registered in the System for Award Management (SAM) with a valid DUNS number.
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.
Rotor Assembly, Disc
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of three Rotor Assembly, Disc units, essential components for their aviation operations. This solicitation, identified by RFQ number 70Z03825QJ0000241, requires that all parts be new and traceable to the Original Equipment Manufacturer, Meggit Aircraft Braking Systems, ensuring compliance with airworthiness standards for installation on U.S. Coast Guard aircraft. Interested vendors must submit their offers by March 31, 2025, at 2:00 PM Eastern Time, with the anticipated award date around April 3, 2025. For further inquiries, vendors can contact Kristen Allen at Kristen.L.Allen3@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
OPEN, INSPECT AND REPORT CONTROL INDICATOR
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the opening, inspection, reporting, and possible overhaul of control indicators, as outlined in solicitation number 70Z04024QAG163. The procurement involves two units of a control indicator manufactured by Rolls Royce Solutions GmbH, which are critical components for the U.S. Coast Guard's Medium Endurance Product Line. Interested vendors must ensure compliance with specific packaging and marking requirements, including adherence to ASTM D-3951 standards, and submit their quotes by April 3, 2025, at 10:00 AM EDT. For further inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
ESIS New Buy
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of ESIS GH-4001 units under the solicitation number 70Z03825RJ0000004. This opportunity involves the purchase of specialized commercial products and services, with a focus on ensuring compliance with federal regulations and promoting fair competition within the industry. The selected contractor will be required to meet specific technical and delivery requirements, with evaluations based on technical acceptability, past performance, and pricing. Interested parties should direct inquiries to Trenton Twiford at trenton.c.twiford@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and must submit their proposals in accordance with the outlined terms and conditions by the specified deadlines.