REQUEST FOR INFORMATION (RFI) - SEA COMMANDER (SC) ENGINEERING - SUSTAINMENT
ID: 70Z02321RPC702400Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDHQ CONTRACT OPERATIONS (CG-912)(000WASHINGTON, DC, 20593, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
  1. 1
    Posted Jan 7, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 13, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 5:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), has issued a Request for Information (RFI) titled "Sea Commander (SC) Engineering - Sustainment" to gather industry insights on providing engineering and sustainment services for the Sea Commander system and Maritime Communication Controller (MCC). The RFI aims to identify capabilities related to logistics, engineering tasks, and training necessary to maintain the operational effectiveness of these systems aboard National Security Cutters (NSCs). This initiative underscores the USCG's commitment to enhancing mission readiness through effective support systems, particularly as Lockheed Martin is the sole provider of the required engineering and technical data. Interested parties are encouraged to submit their responses electronically by January 24, 2025, and should direct inquiries to Adrian D. Ferguson at adrian.d.ferguson@uscg.mil or Andrew Gordon at andrew.gordon@uscg.mil.

Files
Title
Posted
The United States Coast Guard (USCG) issued a Request for Information (RFI) for Sea Commander engineering and sustainment support. This RFI aims to gauge industry capabilities to provide engineering and sustainment services for the Sea Commander (SC) and Maritime Communication Controller (MCC) systems aboard National Security Cutters (NSCs). The contractor will be responsible for logistics, engineering tasks, and training to ensure optimal system availability. The Sea Commander is a non-major IT system that processes real-time tactical data for the USCG, while the MCC manages radio frequency signals between shipboard radios and antennas. Lockheed Martin is the exclusive provider with the necessary data and expertise for these systems. The RFI outlines the support required, including performance specification reviews, software development, and system testing. Responses must be submitted electronically, with specific guidelines and deadlines for submissions noted. Interested vendors are encouraged to provide information while minimizing proprietary details and ensuring compliance with government regulations.
The United States Coast Guard (USCG) issued a Request for Information (RFI) titled "Sea Commander Engineering & Sustainment Support" to explore industry capabilities for providing engineering and sustainment services for the Sea Commander (SC) system and Maritime Communication Controller (MCC). This RFI is for planning purposes only, does not request proposals, and does not commit the government to any contracts. Key services sought include logistics, engineering tasks, and training to ensure the operational effectiveness of SC and MCC systems aboard National Security Cutters (NSCs). The document emphasizes that Lockheed Martin is the sole provider of the necessary engineering and technical data for these systems. Interested parties must respond electronically with specific information by the deadline of January 24, 2025. The RFI outlines response instructions, including submission format and requirements, alluding to the government's confidentiality measures concerning proprietary information. This initiative highlights USCG's commitment to enhancing mission readiness through effective support systems and efficient contractor engagement.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Request for Information - Arctic Security Cutter (ASC): Icebreaking Capable Vessels or Vessel Designs that are Ready for Construction
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is conducting a Request for Information (RFI) to explore the availability of icebreaking-capable vessels or vessel designs that are ready for construction. The USCG aims to assess the capabilities of both domestic and international maritime industries to develop vessels that meet specific criteria, including a length of 360 feet or less, the ability to break through 3-foot thick ice, and a range of 6,500 nautical miles. This initiative is crucial for enhancing the USCG's icebreaking capabilities, which are vital for operations in Arctic regions. Interested parties must submit their responses electronically by 5:00 PM ET on April 25, 2025, and can reach out to Christopher A. Wellons or Kayode Adewole via email for further inquiries.
Software Sustainment Support
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking vendors to provide software sustainment support for the HC-144 aircraft. The procurement requires vendors to demonstrate over 15 years of experience in software support, including expertise in graphic user interface (GUI) development and hardware/software integration. This opportunity is crucial for maintaining operational readiness and efficiency of the HC-144, which plays a vital role in the Coast Guard's missions. Interested parties should respond via email to Twana Ballard at twana.t.ballard@uscg.mil, providing detailed information about their organization and relevant experience, as well as any existing government contracts that may apply, by the specified deadline.
CHARLESTON DD FY26
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Sources Sought Synopsis to gather information on the drydocking of four Maritime Security Cutters, Large (WMSL) from fiscal year 2026 to 2030. The procurement aims to assess the interest and capability of potential contractors to perform extensive maintenance work, including hull inspections and system overhauls, with a performance period from January 27, 2026, to September 30, 2030. This initiative is part of a strategic shift towards a new Heavy Depot Maintenance Strategy designed to enhance maintenance efficiency and reduce operational downtime for these critical assets. Interested parties must submit a capability statement to the Contract Officer by April 27, 2025, without pricing information, and are encouraged to monitor sam.gov for future solicitation announcements. For further inquiries, contact Kiya Plummer-Dantzler at kiya.R.Plummer-Dantzler@uscg.mil or Mark Cap at mark.cap@uscg.mil.
USCGC KINGFISHER (WPB-87332). DOCKSIDE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from potential contractors for dockside repairs to the USCGC KINGFISHER (WPB-87332) as part of a Sources Sought Notice. The procurement aims to identify contractors capable of providing the necessary materials, equipment, and personnel for a range of repair tasks, including maintenance of the main diesel engines, inspections, and preservation of surfaces, scheduled to take place at the vessel's homeport in Charleston, South Carolina, from November 4 to December 16, 2025. This opportunity is crucial for maintaining the operational readiness of the vessel and ensuring compliance with safety and performance standards. Interested contractors must submit their qualifications and intent to respond to future solicitations, and registration in the System for Award Management (SAM) is mandatory. For further inquiries, interested parties can contact Michael Farris at Michael.R.Farris@uscg.mil or Jaime R. Smith at Jaime.R.Smith@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.
Rudder Shaft Seal Service Kits "A" & "B"
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to award a firm-fixed price contract for Rudder Shaft Seal Service Kits "A" and "B" essential for the propulsion and rudder shaft seal systems of the 154’ Patrol Boats (WPCs). The procurement emphasizes the requirement for original equipment manufacturer (OEM) components from Defense Maritime Solutions, Inc., ensuring compatibility and performance, while rejecting non-OEM proposals due to safety and operational integrity concerns. Interested contractors must submit their quotes electronically by April 29, 2025, with delivery of the components required within 120 calendar days after contract award. For further inquiries, interested parties can contact Dana D. Solomon at dana.d.solomon@uscg.mil or by phone at 571-607-5200.
Repair of Interface Unit, Data
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking quotations for the repair of Interface Unit, Data, under solicitation number 70Z03825QH0000055. The procurement involves a requirement for three units, with an option to increase the quantity by an additional three units within a year, emphasizing the need for technical expertise and compliance with federal standards. This initiative is crucial for maintaining the operational readiness of essential equipment used by the USCG. Interested vendors must submit their quotations by May 6, 2025, at 12:00 PM Eastern Standard Time, with anticipated award notifications expected around May 9, 2025. For inquiries, contact Angela Watts at Angela.L.Watts@uscg.mil or the procurement office at D05-SMB-LRS-Procurement@uscg.mil.
USCGC-SEQUOIA-UNPLANNED-DRYDOCK-REPAIRS
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for unplanned dry-dock repairs to the USCGC Sequoia (WLB 215). The procurement involves a firm fixed-price contract for comprehensive maintenance services, including the overhaul of the main reduction gear and other critical repairs, with the contract period anticipated to commence on June 3, 2025, and conclude by September 1, 2025. This opportunity is vital for ensuring the operational readiness and safety of the vessel, which plays a crucial role in maritime operations. Interested contractors must submit their quotations by April 21, 2025, and can direct inquiries to primary contact Iran N. Walker at Iran.N.Walker@uscg.mil or secondary contact Sandra Martinez at sandra.a.martinez@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.
VESSEL INTERFACE PANEL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 30 Vessel Interface Panels, essential components for cutter boats, under solicitation number 70Z04025Q50488B00. The procurement requires the items to be packaged according to military standards and delivered by June 26, 2025, to ensure operational safety and data centralization during missions. The Coast Guard has determined that only Mercury Marine can meet the unique technical specifications necessary for these panels, highlighting the critical nature of this sole-source procurement. Interested vendors must have an active SAM.gov registration and submit their quotes to Yannick Kassi by May 7, 2025, to be considered for this firm fixed-price purchase order.