Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2025 SAM #8543
SOURCES SOUGHT

66 -- Ring Laser Ship�s Inertial Navigation System FY25

Notice Date
4/15/2025 11:37:47 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08525SRJ002B00_001
 
Response Due
4/23/2025 2:00:00 PM
 
Archive Date
05/08/2025
 
Point of Contact
Tatiana Sher, Phone: 5716133126, Mark Cap
 
E-Mail Address
Tatiana.Sher1@uscg.mil, mark.cap@uscg.mil
(Tatiana.Sher1@uscg.mil, mark.cap@uscg.mil)
 
Description
Sources Sought Notice ID 70Z08525SRJ002B00_001: Ring Laser Ship�s Inertial Navigation System This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. This notice supplements SSN ID 70Z08525SRJ002B00, originally posted on 10 March 2025. The United States Coast Guard (USCG) is seeking to identify potential providers for primary and backup gyro systems to replace obsolete equipment onboard National Security Cutters (NSC). Current Systems: Primary: MK-39 Mod 3A Inertial Navigation System (INS). Backup: MK-27-F Gyrocompass. These systems provide critical position, heading, and vector data to command-and-control, navigation, and tactical weapons systems. Potential replacement systems must: Offer equivalent or superior functionality compared to existing systems. Ensure interoperability with current onboard systems. Provide long-term supportability and maintainability. Questions for Interested Companies: What is the predicted lifecycle for your gyro, how long will support be projected on the product. Is there an upgraded replacement in the works? What is the current lead time for delivery of a functioning unit? Or lead time on a bulk buy of 5 or more? What is your current onsite support or technical network for the gyro system inside of the CONUS? Where does production of the gyro system reside with respect to geographic location? Are your parts readily accessible or do they require production runs? Are they commercially available? Do you have a capability to accept and output Synchro signals to external equipment? Or do you need a secondary device? And can you provide one as part of the system? Can you provide your Type Approval certification for Module B and D? if not already provided in the sources sought. If asked, could you provide a parts trace for origin of all parts that comprise the system? Have you recently conducted any cyber compliance reviews for the Gyro system or made any updates to the system architecture for meeting a heightened cyber compliant environment. How experienced are you with DOD cyber compliance standards? Submission Instructions: Companies may respond to this Sources Sought Notice via e-mail to Mark.cap@uscg.mil & Tatiana.sher1@uscg.mil no later than 5:00 PM on April 23, 2025, Eastern Standard Time (EST) with the following information/documentation: 1. SAM: Interested parties should register in the System for Award Management (SAM), formerly known as Central Contractor Registration (CCR), as prescribed in FAR Clause 52.232-33. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. 2. Interested companies should submit detailed responses addressing all listed questions. 3. Name of Company, Address and UEI number. 4. Point of Contact and Phone Number Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice, and solicitation may be published on SAM.gov website. It is the potential offeror's responsibility to monitor SAM.gov for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e1728b7a4923485bb8febf970472883b/view)
 
Place of Performance
Address: Baltimore, MD, USA
Country: USA
 
Record
SN07409928-F 20250417/250415230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.