Skip to main content

An official website of the United States government

You have 2 new alerts

Maritime Domain Awareness Service

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: Dec 02, 2024 01:39 pm EST
  • Original Published Date: Oct 30, 2024 10:50 am EDT
  • Updated Response Date:
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 30, 2024
  • Original Inactive Date: Dec 30, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    Washington , DC
    USA

Description

Request for Information (RFI)

THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the United States Coast Guard (USCG) is not at this time seeking proposals and will not accept unsolicited proposals.

Respondents are advised that the United States (U.S) Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party’s expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. Responses to the RFI will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.

Purpose: The United States Coast Guard (USCG) is seeking information from potential offerors who are interested in and are able to provide a technical demo displaying a web-based sensor feed into a USCG Command Centers who ideally will use the data feed to assist to execute CG missions. USCG seeks a long-range persistent maritime ISR in designated areas from U.S. territorial waters to the Exclusive Economic Zone (EEZ) comprised of maritime waters of CONUS, Alaska, and Hawaii and U.S. territories.  The USCG seeks to identify possible technical solutions to provide the following:

-USCG seeks a EO and SAR sensor feed with correlated AIS data (geolocation) for vessels from 30 feet or greater in length operating within U.S. shoreline to 200 nautical miles.

-The sensor provides a current data feed picture of a width of 100 nautical miles in diameter.

-The data feed will be live/current with no more than 2 minute latency.

-The data feed will be accessible by designated USCG command centers and designated CGHQ personnel via vendor website.

-The tech demo must maintain a live data feed for a minimum of 30 days (24 hours/7 days a week), allowing for minimum testing disruption.

-The sensor can cross-cue and identify targets of interest

-The sensor can zoom in on targets of interest coordinated then viewed by designated command center personnel.

-The data feed must be able to be geofenced.

-The sensor and sensor feed will not be dependent on government assistance.

-The data distribution for USCG data must be unclassified.

-The sensor feed would come from one sensor, not requiring heel-to-toe rotations to ensure persistent ISR.

-The COP width is 200 nautical miles in diameter.

-The data feed has less than 10 second latency.

-Data feed will provide additional correlated data such as movement tracks and additional identification data.

-The sensor will provide additional sensor feeds: IR, GEOINT, IMINT, Acoustic

-The sensor will provide clarity of targets of interest within 5 meters in length.

-The sensor will utilize AI to assist CG personnel in targeting.

Follow-on iterations of tech demos will pursue integration of the data feed into the USCG ArcGIS system, called SEXTANT.

Request 1-2 page submissions from vendors, who will be able to conduct the tech demo for evaluation during the third or fourth quarter of fiscal year 2025. 

There is no solicitation at this time. This RFI is not a request for proposals; submission of any information in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned. 

The applicable North American Industry Classification System (NAICS) code assigned to this procurement may be 541519.

After reviewing RFI responses to this RFI, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the Contract Opportunities (formerly FedBizOpps) website or distributed to contract holders if a strategically sourced vehicle is deemed appropriate. It is the responsibility of the interested parties to monitor the Contract Opportunities website.

Failure to respond or submit sufficiently detailed information 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 submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement.

No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. 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.
 

Request: Please provide the following information:

  1. Organization name
  2. Address
  3. Website
  4. Point of contact name
  5. Point of contact email address
  6. Point of contact telephone number
  7. Socioeconomic status
  8. Unique Entity Identifier
  9. What information and/or resources would you typically need from the government to perform this effort?
  10. Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information.
  11. What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or a perhaps a hybrid (i.e. a contract that allows several types)?
  12. Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI.

Submission Instructions: : Interested parties are invited to submit a response to the above questions by  December 2 at 3:00 pm EST. All responses and questions regarding this RFI must be emailed to Adam.F.Petty1@uscg.mil. You may also submit supplemental materials such as brochures and product literature to the above email address.

Additionally, CG-741 plans on conducting 1 on 1 conversations with interested parties no later than 20 December. All interested parties should contact the following mailbox to schedule a time to meet and discuss. CG741-ShoreForces-Response@uscg.mil.

Contact Information

Contracting Office Address

  • WASHINGTON DC 20593
  • WASHINGTON , DC 20593
  • USA

Primary Point of Contact

Secondary Point of Contact

History