Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2025 SAM #8474
SOURCES SOUGHT

99 -- Maritime Domain Awareness Service

Notice Date
2/6/2025 8:17:43 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02325R74110002
 
Response Due
3/5/2025 12:00:00 PM
 
Archive Date
03/20/2025
 
Point of Contact
Adam Petty, William Lewis
 
E-Mail Address
adam.f.petty1@uscg.mil, william.e.lewis3@uscg.mil
(adam.f.petty1@uscg.mil, william.e.lewis3@uscg.mil)
 
Description
Request for Information (RFI) THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the United States Coast Guard (USCG) is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the United States (U.S) Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party�s expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. Responses to the RFI will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Purpose: This RFI is an update to RFI 70Z02325R74110001 which was previously posted in December, 2024. The United States Coast Guard (USCG) is seeking information from potential offerors who are interested in and are able to provide a technical demo displaying a web-based sensor feed into USCG Command Centers who ideally will use the data feed to assist to execute CG missions. USCG seeks a long-range persistent maritime ISR in designated areas from U.S. territorial waters to the Exclusive Economic Zone (EEZ) comprised of maritime waters of CONUS, Alaska, and Hawaii and U.S. territories. The USCG seeks to identify possible technical solutions to provide the following: Sensor: Detection of vessels 30 feet in length and greater operating between the U.S. shoreline to 200 nautical miles offshore. Solution must automatically detect, identify, and characterize (including cross-cue) TOIs detected and correlate with AIS tracks without government assistance. The Coast Guard has interest in sensor capabilities including EO, IR, SAR, multi and hyperspectral, RF detection and geolocation, GEOINT, IMINT, and acoustic, among others. The sensor provides a current data feed picture of a width of at least 100 nautical miles in diameter. The sensor has sufficient ground sample distance (GSD) to view (visually) detected tracks, and detect multiple vessels side by side, including ship-to-ship (STS) transfer activities. Ideally, the sensor feed would not require switching between sensors to ensure persistent ISR. Ideally, the sensor can be relocated to areas of operational interest. Processing: The sensor will combine multiple observations of the same vessel into a single track. The sensor will determine the length, width, and heading of all vessels detected. Determine the identity of vessels detected from imagery with identifiers like IMO and MMSI even when a nearby AIS transmission is not detected. When identity cannot be determined with high confidence, a list of likely identities shall be provided. Automatically identify behavior like AIS spoofing, AIS inactivity, invalid AIS, multiple vessel side-by-side, port visits, and fishing activity The Coast Guard is interested in sensors and fusion capabilities employing AI for classification of TOIs. Data Feed: The Coast Guard desires a data-as-a-service solution, rather than a vendor specific UI website. The data feed will be provided in an industry standard GIS format for ingestion into Coast Guard Minotaur and Sextant systems. Vendor will provide Enterprise ArcGIS dashboard, applications, and workflows for visualizing and analyzing captured data accessible by designated USCG command centers and designated CGHQ personnel via vendor website. The data feed must be able to be geofenced. The sensor and sensor feed will not be dependent on government assistance. The data distribution for USCG data must be unclassified. The data feed will be live/current with no more than 15-minute latency. Ideally, data feed will provide additional correlated data such as movement tracks and additional identification data. The tech demo must maintain a live data feed for a minimum of 30 days (24 hours/7 days a week), allowing for minimum testing disruption. Request 1-2 page submissions from vendors, who will be able to conduct the tech demo for evaluation during the third or fourth quarter of fiscal year 2025. 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. The applicable North American Industry Classification System (NAICS) code assigned to this procurement may be 541519. 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 (formerly FedBizOpps) 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: Please provide the following information: Organization name Address Website Point of contact name Point of contact email address Point of contact telephone number Socioeconomic status Unique Entity Identifier What information and/or resources would you typically need from the government to perform this effort? 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. 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 a perhaps a hybrid (i.e. a contract that allows several types)? Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI. Submission Instructions: : Interested parties are invited to submit a response to the above questions by March 5 at 3:00 PM EST. All responses and questions regarding this RFI must be emailed to Adam.Petty1@uscg.mil. You may also submit supplemental materials such as brochures and product literature to the above email address. Additionally, CG-741 plans on coordinating a virtual Industry Day through with interested parties on February 19, 2025, from 1:00 PM to 2:00PM EST. All interested parties should contact CDR Benjamin Oloughlin at ben.k.oloughlin@uscg.mil no later than February 17, 2025, at 3:00 PM EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ca69bd0d6ad34bcab2c20ccc0ea2a3c9/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07336152-F 20250208/250206230037 (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.