Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2025 SAM #8790
SOURCES SOUGHT

99 -- Technical Assessment of Vessel Traffic Services USCG Sector San Francisco

Notice Date
12/18/2025 12:27:12 PM
 
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
70Z02326R74110001
 
Response Due
1/5/2026 1:00:00 PM
 
Archive Date
01/20/2026
 
Point of Contact
Adam Petty, Phone: 206-827-4613
 
E-Mail Address
adam.f.petty1@uscg.mil
(adam.f.petty1@uscg.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
See attachment for complete RFI document. 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. Background: The San Francisco Bay is the largest and most diverse harbor on the Pacific coast of the United States. Comprised of 21 federal anchorages, 9 ports, and numerous marinas and refineries, the Sector San Francisco Vessel Traffic Service (VTS) oversees an area in which approximately 150,000 vessel transits occur each year. The San Francisco VTS area is divided into two sectors: Offshore and Inshore. The Offshore sector includes the navigable waters of the Pacific Ocean within a 38 nautical mile radius of Mt. Tamalpais, excluding the Offshore Precautionary Area. The Inshore Sector includes all waterways and tributaries between the Offshore Precautionary Area and the inland ports of Stockton, West Sacramento, and Redwood City. In the San Pablo Bay, the VTS area is south of Petaluma River Entrance Channel Day Beacon 19 and 20. In the Mare Island Strait, the VTS area is south of the Mare Island Causeway bridge. The below figure displays the ports in the San Francisco VTS area, as well as the boundary lines. Purpose: The United States Coast Guard (USCG) is seeking information from potential offerors who are interested in and are able to improve coastal maritime domain awareness for USCG Sector San Francisco (SSF) by conducting a technical assessment of SSF Vessel Traffic Services (VTS) technologies and operations and then provide a technical demo for government/ industry partners encompassing every Port within the SSF VTS Area demonstrating the offeror�s turnkey transformation of VTS operations and technology and the rough order of magnitude (ROM) costs to include replacement and sustainment. The offerors must be willing to provide the following with zero cost to the U.S. Government: Provide evidence as a current Industrial member to the International Association of Marine Aids to Navigation and Lighthouse Authorities (IALA) Conduct a port assessment of the existing VTS systems to include: Remote Sensors Sites Radio/AIS Equipment & Voice Communications Systems Maritime Control Systems (or Vessel Traffic Management Information System (VTMIS)) Remote Sensor Sites Develop a proposed turnkey transformation plan addressing the following: Laydown of replacement sensors o Vessel Traffic Center with VTS Watchstander Interfaces o VHF Transceivers with integrated recording o Network/Sensor connection o Uninterrupted Power Supply (UPS), Racks, etc. Sustainment Plan Training Plan Other proposed transformation plans All VTS equipment and system processes must comply with IALA-standards Presentation to U.S. government reps/industry port partners, providing the following: Tech demo displaying proposed VTS command center interfaces Proposed turnkey transformation plan Provide ROM costs for full turnkey transformation (replacement, training, and sustainment) Provide ROM of annual sustainment costs (5-year estimate) Request 1-2 page submissions from vendors, who will be able to conduct the port assessment and the follow-up tech demo/transformation plan presentation for evaluation during the third or fourth quarter of fiscal year 2026. 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 potential future procurement may be 541519. After reviewing 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 Unique Entity Identifier What information and/or resources would you typically need from the government to perform this effort? 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 January 5, 2026, 4:00 PM EST. All responses and questions regarding this RFI must be emailed to patrick.w.mccuen@uscg.mil. You may also submit supplemental materials such as brochures and product literature to the above email address.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4f8df953c1754b3eb2df3167cb77adce/view)
 
Place of Performance
Address: San Francisco, CA, USA
Country: USA
 
Record
SN07670731-F 20251220/251218230044 (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.