Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2025 SAM #8655
SOURCES SOUGHT

99 -- Direction Finding (DF) System Upgrade

Notice Date
8/5/2025 11:37:31 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03825IE0000007
 
Response Due
10/4/2025 1:30:00 PM
 
Archive Date
10/19/2025
 
Point of Contact
Jackson Perry, Jordan Ownley
 
E-Mail Address
Jackson.S.Perry@uscg.mil, samuel.j.ownley2@uscg.mil
(Jackson.S.Perry@uscg.mil, samuel.j.ownley2@uscg.mil)
 
Description
Purpose: The Coast Guard is issuing this request for information (RFI) for market research purposes to identify parties having an interest in providing upgraded Direction Finding (DF) system capabilities with the following qualifications: � Technical resources and expertise to support second-generation COSPAS-SARSAT beacon detection requirements � Current industry practices for wideband DF systems integration across broad spectrum requirements � Experience with Common Avionics Architecture System (CAAS) integration for Direction Finding (DF) System Upgrades The upgraded DF system must be capable of detecting second-generation COSPAS-SARSAT Emergency Position Indicating Radio Beacons (EPIRBs). Additionally, the system must maintain form, fit, and function compatibility with existing DF-500 systems across multiple Coast Guard aircraft platforms: MH-65E, MH-60T, HC-130J, and HC-144B. Key Technical Challenges: Changing technologies in distress beacons has forced the Coast Guard to look for alternatives to traditional direction finding (DF) systems. Second Generation COSPAS-SARSAT beacons use a direct sequence spread spectrum (DSSS) waveform, not currently detectable by USCG aircraft DF systems. This requires more flexible receivers and wideband antenna arrays that are capable of DF across a broad spectrum of signals from 30MHz to 406.9975 MHz, including cellular frequencies for potential private ship distress scenarios where beacons may not be available. The DF system must provide capability for the following types of missions: International distress frequencies 121.5 MHz and 243.0 MHz Marine Radio Channel 16 Digital Selective Calling (DSC) Marine Radio Channel 70 Automatic Identification System (AIS) Search and Rescue Transmitter (SART) and Man Overboard (MOB) 161.975 MHz and 162.025 MHz COSPAS-SARSAT 406MHz First and Second-Generation Beacons Manually entered MMSI The DF system includes the following functionalities: ARINC 429 configurability MIL-STD-1553 configurability Ethernet configurability The DF equipment: DF system processing unit shall not exceed 8lbs DF system antenna shall not exceed 8lbs DF system processing must fit within existing aircraft space and shall not exceed 2.25in (W) x 14.60in (L) x 7.65in (H) DF system antenna must fit within existing aircraft space and shall not exceed 11.44in (W) x 12.40in (L) x 4.2in (H) The applicable North American Industry Classification System (NAICS) code assigned to this procurement may be 334511 - Search, Detection, Navigation, Guidance, Aeronautical and Nautical System. Disclaimer: 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. 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 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: If your organization has experience with Direction Finding system development, COSPAS-SARSAT beacon detection technology, aviation system integration, and/or Common Avionics Architecture System (CAAS) expertise, 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 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. 13) Address your organization's specific experience with: DF system development for second generation COSPAS-SARSAT EPIRBs (Version 1 and Version 2) Wideband antenna design and array configurations for broad spectrum DF performance (30MHz to 406.9975MHz) Direct sequence spread spectrum (DSSS) waveform detection and processing Real-time three-dimensional geolocation capabilities ARINC 429, MIL-STD-1553B, and Ethernet configurability AIS-SART, DSC, and COSPAS-SARSAT message decoding Integration with existing DF-500 systems maintaining form, fit, and function compatibility Provide specification sheets and mounting requirements/layouts for any proposed antenna solutions Include documentation supporting claims of organizational and staff capability for aviation DF system upgrades 14) Product Development and Availability: Is your solution currently in production? If not, when is the product planned for production? Please indicate an estimate of how long of a lead time would your company need to facilitate the development of your platform to meet our needs Provide details and terms of any standard warranty and support for repair included with the product Is your product available via Government Supply Agency (GSA) or the Defense Logistics Agency (DLA)? Do you have other Government/military agencies using the product, and if so which agencies, POCs and contract numbers? 15) If significant subcontracting or teaming is anticipated for DF system hardware development, software integration, testing, or CAAS integration, address the logistical, administrative, and management structure of such arrangements. Submission Instructions: Interested parties are invited to submit a response to the above questions by October 4, 2025 at 4:30 PM. All responses and questions regarding this RFI must be emailed to Jackson.S.Perry@uscg.mil and Samuel.J.Ownley2@uscg.mil Respondents are advised that the Government will acknowledge receipt of the information received and may provide feedback to respondents with respect to the information submitted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/774ec7a2457841e9afebbd0d64d8f32c/view)
 
Place of Performance
Address: Elizabeth City, NC 27909, USA
Zip Code: 27909
Country: USA
 
Record
SN07537817-F 20250807/250805230053 (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.