Market Research for Maritime Domain Dominance Technologies/Services for Maritime Applications
ID: RDC26-01Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDRESEARCHDEVELOPMENT CNTR(00032)GROTON, CT, 06340, USA

NAICS

National Security (928110)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; APPLIED RESEARCH (AC12)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking market research on technologies and services that can support Maritime Domain Dominance (MDD) Operational Concepts through a Request for Information (RFI). The objective is to identify available and technically ready solutions that can create a unified, real-time MDD capability, enhancing the Coast Guard's ability to detect, identify, and respond to threats along U.S. borders and maritime approaches. This initiative is crucial for improving national security by establishing a "detect-to-act" pipeline that integrates various assets and sensors, thereby enabling faster and more accurate threat detection and response. Interested parties are encouraged to submit detailed technical information by January 2, 2026, to Kiemisha Sweetney at Kiemisha.Sweetney@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Coast Guard (USCG) Research and Development Center has issued a Request for Information (RFI) to gather market research on technologies and services that can support Maritime Domain Dominance (MDD) Operational Concepts. This RFI is not a solicitation for proposals but aims to identify available and technically ready solutions for a unified, real-time MDD capability. The USCG seeks to establish a "detect-to-act" pipeline connecting various assets and sensors to improve threat identification, warning, and response along U.S. borders and maritime approaches. They are looking for holistic or collected capabilities, not a singular solution, to achieve faster and more accurate security. The RFI requests detailed technical information, including how proposed solutions contribute to MDD, their operational mechanics, ability to track vessels, provide real-time situational awareness, fuse sensor data, improve detection probability, network architecture, scalability, cybersecurity, sensor details, acquisition options, supportability, interoperability, estimated timelines, Technical Readiness Level (TRL), and cost estimates. Responses are due by January 2, 2026.
    Similar Opportunities
    Technical Assessment of Vessel Traffic Services USCG Sector San Francisco
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking information from potential offerors for a technical assessment of Vessel Traffic Services (VTS) at Sector San Francisco. The objective is to enhance coastal maritime domain awareness by evaluating existing VTS technologies and operations, and subsequently providing a technical demonstration of a proposed turnkey transformation plan, including rough order of magnitude (ROM) costs for replacement and sustainment. This initiative is crucial for managing the significant vessel traffic in the San Francisco Bay area, which sees approximately 150,000 vessel transits annually. Interested vendors are invited to submit 1-2 page responses by January 5, 2026, detailing their capabilities and organizational information to Patrick W. McCuen at patrick.w.mccuen@uscg.mil, as this RFI is part of market research and does not constitute a solicitation for proposals.
    Next Generation High Frequency Radio System – Shore (HFRS-S)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), 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 ensure reliable Beyond Line Of Sight (BLOS) communications by procuring a commercially available system that includes transceivers, receivers, amplifiers, and associated equipment, while adhering to military and government standards. This procurement is critical for maintaining operational capabilities at various USCG facilities, including Communications Command and Remote Communication Facilities. Interested vendors should submit their responses by January 16, 2026, to Kenneth Boyer at kenneth.s.boyer@uscg.mil, with a focus on company capabilities, cost estimates, and technical specifications as outlined in the Request for Information.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for Defense Maritime Solutions (DMS) Shaft & Rudder Seal Kits for various class vessels. The procurement requires Original Equipment Manufacturer (OEM) parts from DMS or its authorized distributors, ensuring compatibility and performance for cutter boat maintenance, with no substitutes allowed. This five-year requirements-type contract, effective from March 2, 2026, to March 1, 2031, includes Firm-Fixed Price Delivery Orders, with a minimum order value of $18.99 and a maximum of $8,468,353. Proposals are due by January 14, 2026, and interested parties should direct inquiries to William Zittle or Mark Cap via the provided contact details.
    The Department of Homeland Security's (DHS) Maritime Capabilities and Innovation - Commercial Solutions Opening Pilot Program (CSOP) General Solicitation
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is initiating the Maritime Capabilities and Innovation Commercial Solutions Opening Pilot Program (CSOP) to acquire innovative commercial products and services aimed at enhancing U.S. maritime capabilities. This program, authorized by the National Defense Authorization Act for Fiscal Year 2017, seeks proposals that address various maritime challenges, including technology innovation, program oversight, and supply chain resilience, with a focus on modernizing acquisitions and expanding industry collaboration. Eligible participants include U.S.-based entities such as small businesses, academic institutions, and non-profits, with contract awards potentially reaching up to $25 million, subject to funding availability. Interested parties can submit proposals on a rolling basis until August 5, 2026, and should direct inquiries to Breean Jaroski or Mariah Watt via their provided emails.
    Standards Catalogue Service Request for Information
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking contractors to provide a universal catalogue service for mission-critical standards through a Request for Information (RFI) issued by the Science and Technology Directorate (S&T). This service aims to grant DHS and its components, including the U.S. Coast Guard, Customs and Border Protection, Immigration and Customs Enforcement, and FEMA, access to a comprehensive range of international, federal, and industry-specific standards, which are essential for conducting critical mission operations. Interested vendors are required to submit detailed information regarding their catalogue service features, coverage, integration capabilities, and cost estimates by noon ET on January 6, 2025. For further inquiries, potential respondents can contact Dorothy Woolfolk at dorothy.woolfolk@hq.dhs.gov or Jennifer K. Koons at jennifer.koons@hq.dhs.gov.
    IdeaScale - ideation software solution on a cloud computing platform
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure the IdeaScale ideation software solution, which operates on a cloud computing platform, to support the CG-926 Innovation Program. This procurement is justified under FAR 8.405-6(b)(1) as IdeaScale is the only ideation software approved for use by the Department of Homeland Security (DHS) that complies with FedRAMP and other federal security directives. The software's compliance with the Federal Risk and Authorization Management Program (FedRAMP) and the National Institute of Standards and Technology (NIST) security requirements is crucial for its deployment in federal cloud environments. Interested parties can reach out to Katherine K. West at katherine.k.west@uscg.mil or by phone at 202-475-3241 for further details regarding this opportunity.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range and a 30-day endurance at sea. This procurement is crucial for ensuring effective maritime operations and support for USCG missions, with a total funding ceiling of $99 million over a five-year period. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Justin Geisendaffer or Sara Andrukonis via their provided email addresses.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services essential for enhancing USCG operations. The objective of this procurement is to facilitate effective execution of USCG missions by supplying at-sea replenishment and related support, with the contractor responsible for operating and maintaining the vessel under USCG oversight. This opportunity is critical for ensuring operational readiness in the Caribbean Basin and Gulf of America, with a contract period consisting of a 6-month base and a 6-month option. Interested parties should direct inquiries to Justin Geisendaffer or Sara Andrukonis via email, and proposals are due by January 8, 2026, with a total estimated contract value of $3.6 million for both periods.
    Waterborne Security Barrier 2.0
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is seeking qualified sources for the design, manufacturing, and installation of a Waterborne Security Barrier (WSB) system to protect U.S. Navy ports from various threats. This Request for Information (RFI) aims to gather insights for market research and acquisition planning, focusing on systems that can withstand environmental forces and vessel impacts while leveraging commercial practices. The anticipated procurement will involve replacing WSB systems at multiple sites, with a projected Request for Proposals (RFP) completion in FY26Q3 and initial contract awards in FY27Q2. Interested parties should submit their capability summaries to Jim McGowan or Sherri Patsos via email, adhering to the Terms of Use Agreement for handling sensitive data.
    Level III Small Unmanned Aircraft Systems
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting market research through a Request for Information (RFI) for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) operational capabilities. The RFI seeks to identify vendors capable of providing sUAS that meet specific technical requirements, including FAA compliance, autonomy, AI integration, and interoperability with existing systems, while focusing on Group 1 and/or 2 weight classes (≤ 20 – 55 lbs.). This initiative is crucial for improving tactical field operations and ensuring effective border security measures. Interested vendors must submit their responses, including a white paper detailing their capabilities, by December 12, 2025, and can direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.