Follow-on Second Generation Scalable Integrated Navigation System (SINS-2) Hardware IDIQ Contract
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 Department of Homeland Security (DHS) / United States Coast Guard (USCG) intends to award a sole source Indefinite Delivery, Indefinite Quantity (IDIQ) contract to Teledyne FLIR Maritime US, Inc. for Second Generation Scalable Integrated Navigation System (SINS-2) hardware. This is a follow-on contract for sustainment. Responses from interested parties are due June 3, 2026.
Scope of Work
This IDIQ contract will procure SINS-2 hardware, including navigation displays and sensors. The hardware is essential for the sustainment of the primary navigation system on USCG small boats and the backup navigation system on USCG cutters, ensuring continued operational readiness through its planned lifecycle.
Contract & Timeline
- Type: Indefinite Delivery, Indefinite Quantity (IDIQ)
- Contract Action: Notice of Intent to Award a Sole Source Contract
- Intended Source: Teledyne FLIR Maritime US, Inc. (SAM UEI: NMJYE2MAGGL5)
- Set-Aside: None (Sole Source Justification)
- Statutory Authority: 10 U.S.C. § 3204(a)(1) implemented by FAR 6.103-1 (Only One Responsible Source)
- Response Due: June 3, 2026, 3:00 PM EDT
- Published: May 13, 2026
Evaluation
The USCG has determined Teledyne FLIR Maritime US, Inc. to be the only responsible source capable of meeting this requirement based on market research. This notice is not a request for competitive proposals. However, all responsible sources may submit a capability statement and/or proposal for consideration. Information received will be used to determine whether to proceed on a non-competitive basis or conduct a competitive procurement, at the Government's sole discretion.
Additional Notes
Responses must contain sufficient information to establish bona fide capabilities, reference the Notice ID (c9905de98ad44066b3b9b159813ab9b2), and include company details (name, address, SAM UEI, CAGE Code, FCL, business size, POC). Submissions must be sent electronically to Jessica.L.Coltz@uscg.mil and Eric.R.St.Pierre@uscg.mil.