DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
ID: 70Z04426RC2PL2503Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDC5I DIVISION 3 PORTSMOUTHPORTSMOUTH, VA, 23703, USA

NAICS

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

PSC

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to provide a Next Generation Surface Search Radar (NXSSR) system to replace outdated radar systems currently in use across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The procurement aims to enhance collision avoidance, navigation, and situational awareness in the maritime environment by implementing a scalable, IMO-certified Shipborne Surveillance Radar system that integrates with existing navigation systems and complies with various national and international standards. This initiative is critical for modernizing the Coast Guard's capabilities to address emerging maritime threats and challenges. Interested parties should submit their responses, including comments on the draft documents, to Amanda R. Barraclough at Amanda.R.Barraclough2@uscg.mil or Christina M. Grimstead at christina.m.grimstead@uscg.mil, with a minimum contract guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year period. Questions regarding the solicitation are due by December 15, 2025.

    Point(s) of Contact
    Amanda R. Barraclough
    Amanda.R.Barraclough2@uscg.mil
    Christina M. Grimstead
    christina.m.grimstead@uscg.mil
    Files
    Title
    Posted
    The document indicates that the proper contents of the file could not be displayed and suggests that the user's PDF viewer may not be able to handle the document type. It recommends upgrading to the latest version of Adobe Reader for Windows, Mac, or Linux, providing links for download and further assistance. The document also includes trademark information for Windows, Mac, and Linux. The purpose of this document is to inform the user about a display issue and provide troubleshooting steps, rather than conveying information relevant to government RFPs, federal grants, or state and local RFPs directly.
    The document is not a government file but rather a placeholder message indicating that the user's PDF viewer may not be able to display the actual content. It advises upgrading to the latest version of Adobe Reader and provides links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. Therefore, there is no government-related content to summarize as the file itself is an error message for displaying the intended document.
    The document indicates that the file content could not be displayed and advises the user to upgrade their PDF viewer, specifically recommending Adobe Reader. It provides links for downloading the latest version of Adobe Reader and for seeking further assistance with the software. The document also includes trademark information for Windows, Mac, and Linux. This suggests the file is an empty placeholder or an error message within a government document, rather than an actual RFP, grant, or solicitation.
    The United States Coast Guard (USCG) Command, Control, Communications, Computers, Cyber, and Intelligence Service Center (C5ISC) has issued a Draft Request for Proposal (RFP) for the Next Generation Surface Search Radar (NXSSR) system. This initiative aims to replace five outdated radar systems—AN/SPS-50, AN/SPS-78, AN/SPS-79, AN/SPS-73, and Terma Scanter 2001—currently used across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The new scalable, IMO-certified Shipborne Surveillance Radar system will enhance collision avoidance, navigation, and surveillance, improving situational awareness and operational efficiency. The contract will be an Indefinite-Delivery Indefinite-Quantity (IDIQ) to procure hardware, software/firmware, and support services such as installation, training, and maintenance. All solutions must comply with various national and international standards, including NMEA, MIL-STD, IEC, and DHS/USCG Enterprise Architecture policies, with specific Section 508 accessibility requirements for documentation and services.
    This government file outlines a comprehensive price schedule for parts and services related to CG Cutters and VTS Remote Site Locations, as well as a price proposal for Task Order 1 – SDK/ARPA Application. The document details a ten-year pricing structure (Years 1-10) for various marine electronics parts, including X-band and S-band radar components, marine monitors, data converters, and other related equipment, with proposed stepladder pricing based on quantity ordered. It also includes a schedule for SDK and ARPA application services, annual licenses, and instructions for offerors to complete specific fields. The total evaluated price will consider projected installations, pricing, and expected ordering by fiscal year, multiplied by the proposed stepladder pricing. The file explicitly states that offerors must provide data only in highlighted fields and avoid inputting formulas to prevent rounding errors.
    The Draft RFP 70Z04426RC2PL2503 outlines comprehensive logistics requirements for the Next Generation Surface Search Radar (NXSSR) System. Contractors must submit a detailed logistics plan addressing system delivery, sustainment, component commonality, and continuity throughout the contract and warranty periods. Key requirements include providing Mean Time Between Failure (MTBF), reparability levels, and expected end-of-support dates for each component. If support ends within five years, contractors must propose backward-compatible replacements. The plan must also detail protocols and timelines for notifying the Coast Guard (CG) of end-of-life or critical maintenance issues, software update implementation, and strategies to minimize the logistical footprint while maximizing common components. A significant focus is on Diminishing Manufacturing Sources and Material Shortage (DMSMS) monitoring, requiring a proactive, four-tier approach to identify discontinued components, verify alternative sources, analyze options, and implement resolutions at least 18 months in advance. Contractors must also ensure replacement components minimize design changes and provide integration assistance. The CG's stringent configuration control process necessitates 12-month lead times for approving changes, requiring contractors to provide timely notifications for component changes or end-of-life to ensure compliance.
    The document outlines detailed marking, packaging, delivery, and inspection requirements for items under RFP: 70Z04426RC2PL2503 for the USCG. It specifies adherence to ASTM D 3951, MIL-STD-2073-1E, MIL-STD-129P, and MIL-STD-130N for preservation, packaging, and marking. Barcoding is mandatory, with specific data fields for vessel installation kits and spare parts. Delivery locations vary between Portsmouth, VA, for initial orders and Baltimore, MD, for subsequent orders of vessel install kits and spare parts. Preservation requirements include lubricating exposed surfaces, sealing piping to prevent contamination, and shrink-wrapping major components. Packaging guidelines mandate individual or designated unit packaging, clear identification, and specific container types for different item sizes. Durability and protection during transport and storage for at least one year are emphasized. Marking for shipments to the SFLC Inventory Control Point must comply with MIL-STD-129P, including NSN, condition code, and unit of issue. Warranted items require specific markings, and a DD Form 250 or Commercial Bill of Lading, along with detailed packing slips, are required for each delivery.
    This government file, Solicitation Number 70Z04426RC2PL2503, outlines the detailed requirements for a New Radar System for federal government use. The document specifies comprehensive hardware specifications for primary system components, including flat panel displays, Stand-Alone Operator Positions (SAOPs), multi-mission consoles, X-Band and S-Band Turning Units, and an IMO Processor Unit, with particular attention to ice radar capabilities for icebreakers. It details processor interfaces, data output protocols (SDK/API, NMEA 0183, NMEA 2000, NMEA OneNet, IEC-61162-450), and essential operator controls like keyboards, trackballs, and audible alarms. The file also covers critical compliance standards for environmental factors (temperature, humidity, shock, vibration, EMI/RFI), electrical power, and human factors design (MIL-STD-1472H). Furthermore, it defines specific performance criteria for transmission (X-band and S-band), performance optimization, gain and anti-clutter functions, signal processing, operation with SARTs, minimum range, range and bearing discrimination, and target detection capabilities. Display presentation requirements, including characteristics, symbols, and track labels, are outlined, alongside specifications for Consistent Common Reference Point (CCRP) and Own Ship data. Finally, it addresses navigation tools, units of measurement, display range scales, Variable Range Markers (VRM), Electronic Bearing Lines (EBL), and cursor functionalities. This RFP aims to procure a radar system that meets stringent international and federal standards for maritime navigation and operational performance.
    The United States Coast Guard (USCG) Command, Control, Communications, Computers, Cyber, and Intelligence Service Center (C5ISC) is seeking a Next Generation Surface Search Radar (NXR) system to replace five outdated radar systems on 14 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The new scalable, IMO-certified system must enhance collision avoidance, navigation, and surveillance, ensuring interoperability between afloat and ashore components and integrating with existing navigation systems. The project requires adherence to various compliance documents, including Coast Guard Navigation Standards, NMEA standards, MIL-STDs, and IEC standards. The contractor must also comply with DHS and USCG Enterprise Architecture policies, Section 508 accessibility requirements for training documentation, and stringent cybersecurity policies, including FIPS 197 encryption, supply chain risk management, and security authorizations for hosted systems.
    The United States Coast Guard (USCG) Command, Control, Communications, Computers, Cyber, and Intelligence Service Center (C5ISC) is seeking a contractor to develop a Next Generation Surface Search Radar (NXSSR) Software Development Kit (SDK) and an Automatic Radar Plotting Aid (ARPA) Application. This initiative addresses the obsolescence of existing Surface Search Radar (SSR) systems across 14 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites, including models like the AN/SPS-50, AN/SPS-78, AN/SPS-79, AN/SPS-73, and Terma Scanter 2001. The project encompasses four key tasks: developing a customizable SDK for radar integration, creating an ARPA Application that interfaces with C2 systems via LAN to provide radar video, target data, and control functions, providing enterprise licensing for both the SDK and ARPA Application, and delivering comprehensive SDK documentation for software developers. The ARPA Application must also include AIS track correlation and adhere to specific delivery requirements, including Git repository updates and a Software Version Document (SVD).
    The U.S. Coast Guard (USCG) has issued a draft combined synopsis/solicitation (RFP 70Z04426RC2PL2503) for Next Generation Surface Search Radars (NXSSR). This unrestricted, single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract aims to procure scalable, IMO-certified Shipborne Surveillance Radar systems. These systems will replace outdated radars across 13 cutter platforms, over 100 Vessel Traffic Services (VTS) remote sites, and training facilities. The contract has a minimum guarantee of $10,000 and a maximum ceiling of $49,000,000 over a ten-year ordering period. Key requirements include interoperability between core hardware components used afloat and ashore, enhanced navigation and surveillance, and standardized system support. Proposals are being requested, and questions are due by December 15, 2025. The solicitation incorporates various FAR clauses, including those prohibiting the use of Kaspersky Lab products and certain telecommunications equipment.
    Lifecycle
    Similar Opportunities
    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.
    Next Generation High Frequency Radio System – Shore (HFRS-S)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, 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 procure a commercially available system that includes transceivers, receivers, high power amplifiers, and associated hardware and software to ensure reliable Beyond Line Of Sight (BLOS) communications at various shore facilities. This initiative is critical for maintaining operational capabilities, as the current systems are outdated and lack necessary support and spare parts. Interested vendors are encouraged to submit their responses, including company capabilities and cost estimates, by December 21, 2025, to Kenneth S. Boyer at kenneth.s.boyer@uscg.mil.
    Repair Color Weather Radar
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Color Weather Radar units essential for MH-60T aircraft operations. The procurement involves evaluating and repairing six radar components, ensuring compliance with OEM specifications, and addressing corrosion issues typical in maritime environments. This opportunity is critical for maintaining the airworthiness of Coast Guard aircraft, with a focus on quality assurance and traceability of parts. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Adam Finnell at Adam.A.Finnell2@uscg.mil.
    Multi Mode Radar (MMR) Production J&A
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), has awarded a contract to Saab, Inc. for the production of Multi-Mode Radar (MMR) systems, valued at $15,002,000. This firm-fixed-price undefinitized contract is intended for the follow-on production of radar equipment specifically designed for the United States Coast Guard's Offshore Patrol Cutter. The MMR systems play a crucial role in enhancing maritime surveillance and operational capabilities. For further inquiries, interested parties can contact Christiana Casey at christiana.e.casey.civ@us.navy.mil or Holly Danner at holly.r.danner.civ@us.navy.mil, with the contract performance taking place in East Syracuse, NY.
    AN/SPY-6(V) Production RFI/Sources Sought
    Buyer not available
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is issuing a Sources Sought Request for Information (RFI) regarding the production of the AN/SPY-6 radar variants, which include the Air and Missile Defense Radar (AMDR) and the Enterprise Air Surveillance Radar (EASR). The procurement aims to competitively award a multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the production and integration of these advanced radar systems, which are critical for naval vessels such as destroyers and aircraft carriers. Interested companies are encouraged to participate in upcoming industry days and provide feedback on the draft solicitation, with the first industry day scheduled for December 15, 2025, and a deadline for feedback on the draft sections set for January 19, 2026. For further inquiries, companies may contact Spencer Bryant or Alexander Gosnell via email.
    L3HARRIS Proprietary Systems/Equipment onboard C4ISR Assets
    Buyer not available
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking to procure sustainment support services for L3HARRIS proprietary systems and equipment utilized onboard Command, Control, Communications, Computers, Intelligence Surveillance & Reconnaissance (C4ISR) assets. This contract, awarded on a sole-source basis to L3HARRIS Corporation, encompasses maintenance, engineering tasks, and training activities necessary to ensure maximum system availability over a five-year ordering period. The services are critical for maintaining the operational readiness and effectiveness of the USCG's C4ISR capabilities. For further inquiries, interested parties may contact Toy Benyetta Jefferson at Benyetta.Jefferson@uscg.mil or Marc Massey at marc.a.massey@uscg.mil.
    Market Research for Maritime Domain Dominance Technologies/Services for Maritime Applications
    Buyer not available
    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.
    Future X-Band Radar Development and LRIP
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is soliciting proposals for the Future X-Band Radar (FXR) development and Low Rate Initial Production (LRIP) for Fiscal Years 2026 to 2033. This procurement aims to enhance radar capabilities critical for search, detection, navigation, and guidance systems, which play a vital role in national defense operations. Interested offerors must request access to the competitive Request for Proposal (RFP) and associated documents from designated points of contact, with a deadline for access requests set for 1500 EST on December 29, 2025. For further inquiries, potential bidders can reach out to Jay Patel at jay.p.patel5.civ@us.navy.mil or Alexander Gosnell at alexander.b.gosnell.civ@us.navy.mil.
    Imtra Wipers and parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for various Imtra wiper parts essential for the operation of the 45’ Response Boat Medium (RBM). The procurement includes specific items such as controllers, pumps, and nozzles, all manufactured by Imtra Corporation, which is the sole source due to the lack of technical data for equivalent products. This acquisition is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must ensure they are registered with SAM.gov and comply with specific packaging and delivery requirements. Quotations are due by January 30, 2026, and inquiries can be directed to Michael Fitzer at Michael.G.Fitzer@uscg.mil or Cynthia A. Matthews at cynthia.a.matthews@uscg.mil.
    70Z03026QCLEV0004 - U.S. Coast Guard Station Chicago CCTV System Project
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the installation of a high-definition CCTV system at Station Chicago, Illinois, under solicitation number 70Z03026QCLEV0004. The project requires the contractor to provide all necessary labor, materials, equipment, transportation, and supervision to implement a comprehensive security solution, including features such as license plate recognition, facial identification, and night vision capabilities. This procurement is crucial for enhancing security measures at the facility and is estimated to be valued between $25,000 and $100,000, with a due date for offers set for December 15, 2025, at 12:00 PM EDT. Interested parties should contact George A. Bermeo at GEORGE.A.BERMEO@USCG.MIL or 571-610-3240 for further details and are encouraged to schedule site visits to develop accurate quotes.