Opportunity

SAM #70Z04427IC2PL2710

USCG Sole Source IDIQ for SINS-2 Navigation Hardware from Teledyne FLIR Maritime US, Inc.

Buyer

USCG C5I Division Portsmouth

Posted

May 13, 2026

Respond By

June 03, 2026

Identifier

70Z04427IC2PL2710

NAICS

334511, 423690

The US Coast Guard (USCG), under the Department of Homeland Security (DHS), is planning a sole source Indefinite Delivery, Indefinite Quantity (IDIQ) contract for navigation hardware: - Government Buyer: - Department of Homeland Security (DHS) - United States Coast Guard (USCG), C5I Division 3 Portsmouth - OEM Highlight: - Teledyne FLIR Maritime US, Inc. is the only identified Original Equipment Manufacturer (OEM) and vendor - Products/Services Requested: - Second Generation Scalable Integrated Navigation System (SINS-2) hardware - Includes navigation displays and sensors - Supports sustainment of primary navigation systems on USCG small boats and backup navigation systems on USCG cutters - No specific part numbers or quantities provided - Unique/Notable Requirements: - Sole source justification: Teledyne FLIR Maritime US, Inc. is the only responsible source capable of meeting requirements - No competitive solicitation; however, capability statements from other sources may be considered - Statutory authority cited: 10 U.S.C. ยง 3204(a)(1) and FAR 6.103-1 - Place of Performance: - Work to be performed within the United States - Contracting office located at C5I Division 3 Portsmouth, 4000 Coast Guard Blvd, Portsmouth, VA 23703

Description

Synopsis - Notice of Intent to Award a Sole Source Contract

Department of Homeland Security (DHS) / United States Coast Guard (USCG)

The U.S. Coast Guard intends to negotiate and award on a sole source basis an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to Teledyne FLIR Maritime US, Inc. to procure Second Generation Scalable Integrated Navigation System (SINS-2) hardware, including navigation displays and sensors, for sustainment of the primary navigation system on USCG small boats and the backup navigation system on USCG cutters. This is a follow-on to competitively awarded IDIQ contract HSCG44-17-D-170005 and is for the continued sustainment of SINS-2 through its planned lifecycle.  Based on market research, Teledyne FLIR Maritime US, Inc. is deemed to be the only responsible source capable of meeting this requirement.

Intended Source:

Teledyne FLIR Maritime US, Inc.

9 Townsend West, Nashua, NH 03063-1233

SAM UEI: NMJYE2MAGGL5

The statutory authority permitting other than full and open competition is 10 U.S.C. § 3204(a)(1) implemented by the Federal Acquisition Regulation (FAR) 6.103-1 (FAR Class Deviation 25-11) entitled “Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.”

This notice of intent to award a sole source contract is not a request for competitive proposals.  A competitive solicitation package is not available. While the Government does not anticipate competition, all responsible sources may submit a capability statement and/or proposal, which shall be considered by the agency. Responses to this notice shall contain sufficient information to establish the bona fide capabilities of the interested party for fulfilling the requirements. Responses shall also reference the Notice ID in this notice and provide appropriate company information such as company name, address, SAM UEI, CAGE Code number, Facility Clearance (FCL), business size, and point of contact information. 

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.  Information received will normally be considered solely for the purpose of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. 

Responses received by the Response Date/Time in this notice will be considered by the Government. Responses to this notice must be submitted electronically to Jessica.L.Coltz@uscg.mil and Eric.R.St.Pierre@uscg.mil.

View original listing