DRAFT Combined Synopsis/Solicitation: Next Generation Surface Search Radar (NXSSR)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Coast Guard (USCG), under the Department of Homeland Security, has issued a Combined Synopsis/Solicitation for the Next Generation Surface Search Radar (NXSSR) system. This opportunity seeks a scalable, IMO-certified Shipborne Surveillance Radar to replace outdated systems across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The goal is to enhance collision avoidance, navigation, and situational awareness. Proposals are due April 8, 2026, at 12:00 PM ET.
Scope of Work
The requirement includes the procurement of NXSSR hardware and software, along with associated services. Key deliverables involve the development of a customizable, IMO-certified Software Development Kit (SDK) and an Automatic Radar Plotting Aid (ARPA) Application, including enterprise licenses for unlimited use by the CG Enterprise. The system must be IMO-certified, ensure interoperability between afloat and ashore components, and integrate seamlessly with existing navigation systems. Compliance with numerous standards (NMEA, MIL-STD, IEC, Section 508) is mandatory. Services may also include integration support, prototype installation, help desk, training, software/firmware integration, and repair/maintenance.
Contract Details
- Contract Type: Single-award Indefinite-Delivery Indefinite-Quantity (IDIQ)
- Value: Minimum $1,000,000.00; Maximum $49,000,000.00
- Ordering Period: Ten (10) years (5-year base + 5-year option)
- Set-Aside: Not set aside for small business concerns; Trade Agreements apply.
- Place of Performance: Primarily USCG Surface Forces Logistics Center (Baltimore, MD) and USCG C5ISC (Portsmouth, VA), with potential for worldwide locations.
- Delivery: Minimum 90 calendar days after receipt of a delivery order, FOB Destination.
Submission & Evaluation
- Offer Due Date: April 8, 2026, 12:00 PM ET.
- Proposal Submission: Via Department of Defense's Safe Access File Exchange (DoD SAFE). Invitation requests must be sent by April 7, 2026, 11:00 AM ET.
- Questions Due: March 18, 2026, 12:00 PM ET, via email to Amanda.R.Barraclough2@uscg.mil and Christina.M.Grimstead@uscg.mil.
- Evaluation Factors: Technical Approach (including Warranty Terms and Conditions, Logistics Plan, SDK/ARPA Technical Approach), Past Performance, DHS Mentor-Protégé Program Participation, and Price. Technical factors are significantly more important.
Special Requirements
Contractor personnel must be qualified, U.S. citizens, and undergo appropriate background investigations. All hardware and software must comply with DHS/USCG Enterprise Architecture and IT security standards. A minimum 24-month comprehensive hardware warranty post-installation is required (36 months objective). The Logistics Plan must detail component support, lifecycle management, software updates, and Diminishing Manufacturing Sources and Material Shortage (DMSMS) monitoring. All proposed items must be new and covered by manufacturer's warranty. Funding is contingent on OB3 reconciliation funds availability.