Skip to main content

An official website of the United States government

You have 2 new alerts

USCG Command Center Display System RFI

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Jun 09, 2022 06:48 am EDT
  • Original Published Date: May 31, 2022 11:47 am EDT
  • Updated Response Date: Jun 16, 2022 03:00 pm EDT
  • Original Response Date: Jun 16, 2022 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 511210 - Software Publishers
  • Place of Performance:
    Kearneysville , WV 25430
    USA

Description

Added Q&A Attachemnt 6/9/2022

Please see the Attached RFI, Attachment 1, and attachment 2.

The United State Coast Guard (USCG) as a component of the Department of Homeland Security (DHS) is collecting information about Command Center Display System replacements.  The current Command Center Display System (CCDS) uses a video wall of tiled 46-inch, high resolution, LCD displays in a two wide by two high configuration plus two detached 46-inch LCD displays.  The system can be expanded with one wide by two high display additions resulting in 3x2, 4x2, etc. video walls.

The CCDS is tempest certified for simultaneously displaying classified and unclassified video inputs on the main video wall.  The two detached displays can be placed almost anywhere and can each show a single classified or unclassified video input depending on the area classification of where they are located.

The main video wall uses eight statically programmed layouts that vary from a single input using the combined 2x2 video wall as a single large display, to a variety of multiple inputs displayed in multiple "windows".  Any input may be sent to any "window" in the layout and to the detached displays (depending on their designated classification) using one of the two touch-screen controllers.
 

USCG is issuing this Request For Information (RFI) for the purposes of market research to gather industry input about solution capabilities and sources.

DISCLAIMER: This is a market survey for written information only. This is not a solicitation for proposals and no contract will be awarded from this announcement. Respondants are advised that the U.S. government will not pay for any information or costs incurred in response to this Request For Information. No basis for claim against the government shall arise as a result from a response to this Request For Information or government use of any information provided. All costs associated with responding to this request will be solely at the responding party’s expense.

The purpose of this RFI is solely for informational, market research, and planning purposes, that may be of interest to the United States Coast Guard (USCG). The result of this market research will contribute to determining the method of procurement.  Pursuant to FAR Part 10 (Market Research), the purposes of this notice is to: (1) determine if sources capable of satisfying the agency’s requirements exist, (2) ascertain potential market capacity, and (3) determine the commercial practices of companies engaged in providing the needed service or supply.

Please be advised that all submissions become Government property and will not be returned.  Not responding to this request does not preclude participation in any further RFP, if any is issued. In accordance with FAR 15.201 (e) (Exchanges with Industry Before Proposals), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. Pursuant to FAR Part 6 (Competition Requirements) and FAR Part 19 (Small Business Programs), competition and set-aside decisions may be based on the results of market research. This notice in no way obligates the Government to any further action.

After the review of the responses to this Request For Information, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be publically disseminated. A response to this Request For Information does not constitute as an adequate response to any future solicitation announcement. All interested offerors will have to respond to any solicitation in addition to responding to this Request For Information.

Regardless of the information obtained from this Request For Information, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. Respondents are advised that the Government will acknowledge receipt of the information received and provide feedback to respondents with respect to the information submitted.  No proprietary, classified, confidential, or sensitive information should be included in your response to this Request For Information. The Government reserves the right to use any information provided by respondents for any purpose determined 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.

Primary  POC:          Mark Rushing, Contracting Officer –

Mark.A.Rushing@uscg.mil

Secondary POC:       Laura Logreco, Contract Specialist –

                                    Laura.L.Logreco2@uscg.mil

Contact Information

Contracting Office Address

  • 408 Coast Guard Drive
  • KEARNEYSVILLE , WV 25430
  • USA

Primary Point of Contact

Secondary Point of Contact

History