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.
REQUIREMENT: The United States Coast Guard (USCG) is seeking information on primary and backup gyro systems to replace the current obsolete equipment on its National Security Cutters (NSC), also known as Maritime Security Cutter, Large (WMSL).
The existing gyro systems on USCG National Security Cutters are MK-39 Mod 3A Inertial Navigation System (INS) (primary) and MK-27-F gyrocompass (backup). These systems currently provide critical position, heading, and vector data to command-and-control systems, navigational systems and tactical weapons systems. The USCG is seeking replacement gyro systems due to the obsolescence of both systems and existing systems are no longer supportable. Potential replacement gyro systems must be equivalent or superior functionality to the current systems, interoperability with existing onboard systems and offer long-term supportability and maintainability.
Replacement gyro systems must meet the following criteria:
- The MK-39 Mod 3A INS and MK-27F gyro system will be replaced by two identical gyro units.
- The replacement gyro system will be an Inertial Navigation System (INS) and provide the same functionality as the current MK-39 Mod 3A INS.
- The replacement system will interface with the USCG Navigation Sensor System Interface (NAVSSI) AN/SSN-6. The NAVSSI interfaces with other combat, navigation, and the communication systems.
- The replacement system will meet or exceed the performance and accuracy specifications of the existing MK-39 Mod 3A INS.
- The replacement system will meet or exceed the existing environmental requirements.
- The replacement system will be a Fiber Optic Gyrocompass (FOG) system, a Ring Laser Gyrocompass (RLG) system, or newer technology
- Replacement gyro systems must meet: FAR Part 25 “Buy American Act”
- Gyro system mut be CG Type Approved: Raw 31: Gyrocompass shall be US Coast Guard Type Approved in accordance with SOLAS V, Regulation 18: https://www.dco.uscg.mil/Our-Organization/Assistant-Commandant-for-Prevention-Policy-CG-5P/Commercial-Regulations-standards-CG-5PS/Design-Engineering-Standards/Systems-Engineering-Division/navigation/
Gyro system must meet: International Maritime Organization Assembly (IMO) MSC 232 (82) Performance Standards for Electronic Chart Display and Info Systems, and International Electrotechnical Commission (IEC) 61924-2 2012(5).
The essential characteristics for the replacement systems:
- Heading: 3 Arcmin (Lat) RMS Root Mean Square (RMS) are calculated over a performance period of eight (8) hours. Heading: 7 Arcmin (Lat) Peak. Roll, Pitch: 1.7 Arcmin Peak RMS. Root Mean Square (RMS) are calculated over a performance period of eight (8) hours. Roll, Pitch: 3 Arcmin (Lat) Peak.
- Velocity:0.6 kts RMS. Root Mean Square (RMS) are calculated over a performance period of eight (8) hours.
- Position:1.0nm in eight (8) hour TRMS.
- Roll +/- 40 Deg; Pitch +/- 15 Deg; Yaw +/- 10 Deg; Speed: - 10 to + 90 knots; R/P:0.001 deg/sec
- Heading: 0.003 deg/heading
- 10 minutes dockside (full accuracy) and 30 minutes at sea (full accuracy)
- The gyrocompass system shall be capable to operate in the damped mode as an inertial navigator.
- The gyrocompass system shall be capable to automatically operate in the damped mode based on comparison of reference velocity to the systems inertial velocity.
- The gyrocompass system shall be capable to force the system into the damped mode based on manual selection
- The gyrocompass system shall be capable to force the system into the undamped mode based on manual selection
- Gyrocompass system shall be capable of operating up to 85 deg. Latitude
- The Gyrocompass system shall have an Operational Availability (Ao) of 99%
- The Gyrocompass system shall have MTBF (mean time before failure) of 200,000 hours or greater
- The Gyrocompass system shall have MTTR (mean time to recovery, repair, respond, or resolve) of 30 minutes
- The gyro system shall be installed in the compartment housing the existing gyrocompass system
- The system shall not exceed the following measurements: Height: 23.5 inches ; Width: 17.5 inches; Depth: 19.4 inches
- The system shall not weigh more than 214 pounds.
- The gyrocompass system envelope, including space for cooling, maintenance, and service clearances, shall not exceed 39.4 inches in any dimension.
- Power requirement: Primary power: 24-28 VDC; Maximum average input power: Less than 150 watts
- The gyrocompass system shall utilize passive cooling (no fans or moving parts)
ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for FY25
ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 334511: Compasses, gyroscopic and magnetic (except portable), manufacturing. Size Standard and the size standard is 1250 employees.
SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to: Tatiana.sher1@uscg.mil and Mark.cap@uscg.mil no later than 12:00 PM on March 25, 2025, Eastern Standard Time (EST) with the following information/documentation:
1. Name of Company, Address and UEI number.
2. Point of Contact and Phone Number.
3. Capability Statement.
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.
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.