USCG Next Generation Surface Search Radars (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, is soliciting proposals for the Next Generation Surface Search Radars (NXSSR) system. This Combined Synopsis/Solicitation (70Z04426RC2PL2603) aims to procure a scalable, International Maritime Organization (IMO) certified Shipborne Surveillance Radar (SSR) system to serve as the primary collision avoidance system for cutters and shore units. The acquisition is for a single-award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract with a potential value up to $49,000,000.00 over a ten-year ordering period. Proposals are due June 8, 2026, at 12:00 PM ET.
Purpose & Scope
The primary objective is to enhance navigation and surveillance, ensure interoperability with existing systems, and replace outdated radar systems (AN/SPS-50, -78, -79, -73, and Terma radars) across 13 cutter platforms and 113 Vessel Traffic Service (VTS) remote sites. The NXSSR system will improve sensor performance, standardize system support, and enhance contact detection and situational awareness. The scope includes the procurement of the NXSSR system, Software Development Kits (SDK), Automatic Radar Plotting Aid (ARPA) Application, and various support services (Application, Integration, Installation, Training, Help Desk, Repair, and Maintenance). The selected solution will undergo a 60-day shipboard testing and evaluation period.
Contract Details
- Contract Type: Single-award Indefinite-Delivery Indefinite-Quantity (IDIQ)
- Minimum Guarantee: $1,000,000.00
- Maximum Value: $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: USCG Surface Forces Logistics Center (Baltimore, MD), USCG C5ISC (Portsmouth, VA), and other worldwide locations as specified in task/delivery orders.
- Delivery: Within 90 calendar days after receipt of a delivery order, unless otherwise specified. FOB Destination.
- Funding: Contingent on fund availability (OB3 reconciliation funds anticipated).
Key Requirements & Deliverables
The solicitation details extensive technical specifications for hardware (displays, turning units, processors), interfaces (SDK/API, NMEA), environmental compliance (MIL-STD-810H), radar system performance (IMO Type certification, detection), and collision avoidance aids (ARPA, AIS). A minimum 24-month comprehensive hardware warranty is required (36 months desired). Task Order 1 specifically requires the development and licensing of an SDK and ARPA Application, including documentation, enterprise licenses, and integration with C2 systems. All proposed items must be new.
Submission & Evaluation
- Questions Due: May 18, 2026, 12:00 PM ET
- Proposal Due: June 8, 2026, 12:00 PM ET
- Submission Method: Electronically via DoD SAFE. Request file drop-off invitation by June 5, 2026.
- Evaluation Factors: Technical Requirements, 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 than Past Performance, DHS Mentor-Protégé Program Participation, and Price.
- Award Intent: The Government intends to award without discussions to the most advantageous offeror, price and other factors considered.
- Compliance: Offerors must complete the Price Schedule (Attachment 3) and indicate compliance with technical specifications and warranty terms (Attachment 2). Failure to meet "Threshold" requirements will result in proposal unacceptability.
Contact Information
- Primary: Amanda R. Barraclough (Amanda.R.Barraclough2@uscg.mil)
- Secondary: Christina M. Grimstead (christina.m.grimstead@uscg.mil)