Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 05, 2025 SAM #8714
SOURCES SOUGHT

D -- USCG ICAN Data Switch and Maestro Licenses and Investment Protection (IP)

Notice Date
10/3/2025 11:55:59 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
C5I DIVISION 2 KEARNEYSVILLE KEARNEYSVILLE WV 25430 USA
 
ZIP Code
25430
 
Solicitation Number
70Z0G326RFI-ICAN
 
Response Due
10/17/2025 12:00:00 PM
 
Archive Date
11/01/2025
 
Point of Contact
Craig E Anderson, Laura Logreco
 
E-Mail Address
craig.e.anderson@uscg.mil, Laura.L.Logreco2@uscg.mil
(craig.e.anderson@uscg.mil, Laura.L.Logreco2@uscg.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Introduction The United State Coast Guard (USCG) is collecting information on the capabilities available to acquire ICAN Data Switch and Maestro Licenses and Investment Protection (IP). The USCG is issuing this Request for Information (RFI) for the purposes of market research to gather industry input about the service capabilities of vendors. DISCLAIMER: This is a market survey for written information only. This is not a solicitation for proposals and no contract will be awarded from this announcement. Respondents are advised that the U.S. government will not pay for any information or costs incurred in response to this Request for Information. No basis for claim against the government shall arise as a result from a response to this Request for Information or government use of any information provided. All costs associated with responding to this request will be solely at the responding party�s expense. Purpose The purpose of this RFI is solely for informational, market research, and planning purposes, that may be of interest to the United States Coast Guard (USCG). The result of this market research will contribute to determining the method of procurement. Pursuant to FAR Part 10 (Market Research), the purposes of this notice is to: (1) determine if sources capable of satisfying the agency�s requirements exist, (2) ascertain potential market capacity, (3) determine the commercial practices of companies engaged in providing the needed service or supply, and (4) implement a successful project management plan that includes compliance with tight program schedules; cost containment; and meeting and tracking performance. Please be advised that all submissions become Government property and will not be returned. Not responding to this request does not preclude participation in any further RFP, if any is issued. In accordance with FAR 15.201 (e) (Exchanges with Industry Before Proposals), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. Pursuant to FAR Part 6 (Competition Requirements) and FAR Part 19 (Small Business Programs), competition and set-aside decisions may be based on the results of market research. This notice in no way obligates the Government to any further action. After reviewing the responses to this Request for Information, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be publicly posted in accordance with the USCG�s acquisition strategy. A response to this Request for Information does not constitute as an adequate response to any future solicitation announcement. All interested offerors will have to respond to any solicitation in addition to responding to this Request for Information. Regardless of the information obtained from this Request for Information, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. Respondents are advised that the Government will acknowledge receipt of the information received and provide feedback to respondents with respect to the information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Request for Information. 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. At this time, no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. Requirements The US Coast Guard (USCG) Command, Control, Communications, Computers, Cyber, and Intelligence Service Center (C5ISC) intends to award a delivery order. The anticipated period of performance start date will be 01 April 2026. The purpose of this acquisition is to acquire ICAN Data Switch and Maestro licenses and Investment Protection (IP) for the U.S. Coast Guard wide Command, Control, Communication, Computer Cyber and Intelligence (C5I) Service Center system installation and logistics management. Required support services shall include, but not be limited to, the following: ICAN Data Switch software licenses Investment Protection ICAN Maestro AIS Service Management software licenses Investment Protection Help Desk Support to maintain/update Data Switch and Maestro software licenses. The software licenses and associated support services shall upgrade existing software and its code contained therein, currently in place within the U.S. Coast Guard�s (USCG) National Identification System (NAIS) System Project being sustained by the Command, Control, Communication, Computer Cyber and Intelligence (C5I) Service Center (C5ISC) in Portsmouth, VA. This SOW establishes and defines requirements for software licensing and IP compliance requirements to be provided by ICAN or its authorized distributors. The contractor shall provide all software licensing, software upgrades, coding requirements, warranty and maintenance provisions (as it applies to Investment Protection of the licenses) and associated labor, material, supplies, test equipment, tools, and any other items required to satisfactorily perform support services. IP support services shall be requested on an �as needed� basis. This contract does not establish the government�s right to use the software. The government purchased the right to use the software during the original NAIS contract with Northrop Grumman. Should this contract lapse or no longer be executed the government retains the right to operate the licensed software indefinitely and may is not required to cease use of contractor provided software. Any questions concerning the technical specifications should be directed to Craig Anderson, Contracting Officer, at Craig.E.Anderson@uscg.mil and Laura Logreco, Contract Specialist, at Laura.L.Logreco2@uscg.mil. Responses to this Request For Information along with any capability statements, company literature, brochures should be emailed to the Contracting Officer, Craig Anderson, Contracting Officer, at Craig.E.Anderson@uscg.mil and Laura Logreco, Contract Specialist, at Laura.L.Logreco2@uscg.mil with �Request for Information 70Z0G326RFI-ICAN� in the subject line. Telephone responses will not be accepted. The USCG respectfully requests that written responses be limited to 10 pages or less. This 10-page limit does not include commercial brochures. Written responses are requested by 3pm on October 17, 2025. Written responses can be submitted earlier if desired.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5a1bd522ad664b6cab0709bab4415879/view)
 
Place of Performance
Address: Kearneysville, WV 25430, USA
Zip Code: 25430
Country: USA
 
Record
SN07612017-F 20251005/251003230037 (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.