Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2025 SAM #8739
SOURCES SOUGHT

Z -- TRS-3D /AN/SPS-75 Radar repairs/ overhaul services

Notice Date
10/28/2025 12:56:25 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08526SRJ005B00
 
Response Due
11/11/2025 9:00:00 PM
 
Archive Date
11/27/2025
 
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)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
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: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center Long Range Enforcer Product Line, Baltimore MD to identify sources capable of providing the following: SCOPE OF WORK: This contract will require complete overhaul/ repair services, receipt, storage, inspection, testing, preservation, packaging, packing, and marking of TRS-3D / AN SPS-75 Air Search Radar Systems manufactured by Hensoldt Sensors GmbH (Hensoldt). The AN/SPS-75 radar is the system of record installed on the National Security Cutter (NSC) fleet. This is a requirements-type contract consisting of a base year and four additional ordering periods. 0001 Antenna PN_54.3068.000.00 NSN_5985-01-676-7883 0002 Pedestal PN_54.2424.600.00 NSN_5985-01-676-8432 0003 Radar Contr. & Comm. (RCC) for DW PN_5454.2881.822.00 NSN_5998-12-412-0350 0004 Radar Display Contr. (RDC) for DW PN_5454.2881.823.00 NSN_5998-12-412-0351 0005 Radar Contr. Unit (RCU) Modkit for DW PN_54.1192.156.01 NSN_5840-12-412-4354 0006 Power Supply PN_83093630 NSN_6130-12-384-2242 0007 Mixer Stage, Frequency PN_54.2325.140.00 NSN_5895-12-338-0824 0008 Monitor, Voltage Deviation PN_54.2893.376.00 NSN_5840-12-344-5692 0009 Amplifier, Video PN_54.1058.563.00 NSN_5996-12-311-7075 0010 RF/IF Unit PN_54.1084.477.00 NSN_5840-12-351-8818 0011 2ND IF Amplifier PN_54.1078.420.00 NSN_5996-12-337-6948 0012 Synthesizer PN_54.2325.018.00 NSN_5840-12-330-4571 0013 Gear Pump Refinex 45/45 PN_80075567 NSN_4320-01-630-6977 0014 Circuit Card Assembly PN_83065084 NSN_5998-12-386-8598 0015 ATE-Controller for DW PN_83235687 NSN_5998-12-412-0349 0016 STE-Controller for DW PN_83235689 NSN_5998-12-412-0347 0017 ADT-Controller for DW PN_83235690 NSN_5998-12-412-0348 0018 Dry Air Unit PN_83084503 NSN_5940-01-644-4575 0019 Chopper, Electronic PN_54.2890.483.00 NSN_5945-12-342-7780 0020 Attenuation Module PN_54.1084.483.00 NSN_5985-12-348-8553 0021 Control Monitor Sub PN_54.2897.171.00 NSN_5895-12-317-1731 0022 Power Supply PN_54.1150.602.01 NSN_6130-12-374-3665 0023 Ethernet Interface Unit PN_54.1150.605.00 NSN_7025-12-374-4478 0024 Radar Set Subassembly PN_83178628 NSN_5840-01-630-9841 0025 Radar Set Subassembly PN_83178629 NSN_5840-01-630-9842 0026 Synchronizer Control Board TRS-XD1/DW2 PN_83112334 NSN_5998-12-402-5888 0027 Chopper, Electronic PN_54.2890.482.00 NSN_5945-12-342-7779 0028 Power Supply Subass PN_54.2897.186.00 NSN_6130-12-316-3607 0029 JAM Detector PN_54.2322.584.00 NSN_5998-12-190-7959 0030 Radar Set Subassembly PN_83178627 NSN_5840-01-630-9843 0031 Circuit Card Assembly PN_54.2897.152.00 NSN_5998-22-282-6763 0032 Vibrator, Interrupte PN_54.2897.201.00 NSN_6130-12-337-7612 0033 CPI TWT (ELECTRON TUBE) PN_54.2249.085.00 NSN_5960-12-386-8848 0034 HVT - Upgraded PN (Transmitter, Radar) PN_54.2249.087.00 NSN_5840-12-344-1201 0035 Exciter, Radio Frequency (B/L: B) PN_54.2325.080.00 NSN_5840-12-330-4572 0036 Exciter, Radio Frequency (B/L: C) PN_54.2325.082.00 NSN_5998-12-399-3097 0037 Frequency Multiplier PN_54.2325.200.00 NSN_5895-12-338-0825 0038 Mixer Stage Frequency PN_54.2325.140.00 NSN_5895-12-338-0824 0039 RCD Display PN_54.1151.160.00 NSN_5840-12-399-3105 0040 Signal Generator PN_54.1151.370.00 NSN_5895-01-631-4097 0041 Beam Controller, Basic PN_54.2897.659.00 NSN_5998-12-370-0354 0042 Converter-Detector Set (A/D MODULE) PN_54.1151.289.00 NSN_5840-12-386-8476 0043 HPM (High Power Module) PN_54.1155.452.00 NSN_5840-12-420-7398 0044 Coupler Rotary, Radio Frequency PN_54.2424.650.01 NSN_5985-12-393-6773 0045 Primary Power Module (PPM) PN_54.1155.350.00 NSN_6130-12-422-2040 0046 Controll Transmitter PN_54.1150.607.00 NSN_5480-12-374-3873 0047 Beam Controller (CGC Bertholf Basic) PN_54.2890.831.00 NSN_5840-12-393-6832 0048 Radar Transmitter PN_83075196 NSN_5840-12-344-1201 0049 STC Generator DW PN_54.2249.270.00 NSN_5998-01-644-4769 0050 Waveguide Switch PN_54.2248.490.00 NSN_5985-12-329-8398 0051 Circuit Card Assembly PN_54.2890.521.00 NSN_5998-12-345-1465 0052 Blower PN_54.3059.050.02 NSN_4140-12-344-0867 0053 Analog to Digital Converter PN_54.0023.495.00 NSN_7050-12-370-0272 0054 Chopper Electronic PN_54.2897.179.00 NSN_5945-12-317-5738 0055 Antenna Motor PN_54.2424.608.00 NSN_5985-12-399-3110 0056 Radio Freq Rotary Coupler PN_54.2424.650.01 NSN_5985-12-393-6773 ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for FY26 ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 811210 Questions for Interested Companies: Does your company have the capability to perform repair and overhaul services for the radar system? If yes, please explain your experience and technical expertise in this area. Can your company source Hensoldt Sensors GmbH parts required for the repair/overhaul? If yes, please describe how you obtain these parts (e.g., direct sourcing, authorized supply chain). Do you have authorization and agreements with Hensoldt Sensors GmbH to perform repairs/overhauls and use OEM parts specifically for the repair service? If yes, please provide details and supporting documentation. Has your company previously performed repair/overhaul services for similar radar systems or other defense/security equipment? Please provide examples of contracts or past performance, if available. What is your typical lead time for completing repair/overhaul services for radar systems? Please include factors that may affect lead time. Are there minimum or maximum order quantities for parts or services related to the radar system? Can you accommodate varying quantities based on operational needs? Can your company support just-in-time or as-needed delivery requirements for parts or services during the repair/overhaul process? What is your business size and socioeconomic status (e.g., small business, 8(a), HUBZone, SDVOSB, WOSB)? Please provide relevant certifications. Are there any risks, challenges, or limitations you foresee in fulfilling the repair/overhaul requirements for the radar system? If yes, please explain and suggest potential mitigations. 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 12:00 AM on November 12, 2025, Eastern Standard Time (EST) with the following information/documentation: 1. Failure to adhere to the instructions by providing supporting documents and signed agreement with the OEM in your response may impact the final acquisition strategy. 2. SAM: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.204-7. SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. 3. Interested companies should submit detailed responses addressing all listed questions. 4. Name of Company, Address and UEI number. 5. 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/workspace/contract/opp/b2fc12a33cff4516b49acf1970d31998/view)
 
Place of Performance
Address: Baltimore, MD, USA
Country: USA
 
Record
SN07630046-F 20251030/251028230037 (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.