Combined Synopsis / Solicitation
RFQ # 52800PR250012129
Contracting Office: USCG, CG 914-2, Kearneysville, WV
Responses Due: On or before, Thursday, 22 May 2025 at 10:00 AM EST
Total Small Business Set-Aside
Brand Name Only requirement – No substitutions
This is a combined synopsis solicitation for a commercial service prepared IAW the format in FAR subpart 12.6, Acquisition of Commercial Service, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals and a written solicitation will not be issued.
The solicitation number is 52800PR250012129 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This RFQ is for INVS Gold Service FLIR Latitude software licensing maintenance support.
Submit written offers only, oral offers will not be accepted. This combined synopsis/solicitation requires registration with the System for Award Management (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at http://www.sam.gov. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, AND CAGE CODE MUST BE INCLUDED.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. The complete text of any of the provisions and clauses may be accessed in full at http://www.acquisition.gov/browse/index/far.
The procurement is a Firm Fixed Price and the is associated North American Industrial Classification System (NAICS) code is 541519 - Other Computer Related Services. The size standard for this NAICS is $34M. Product Service Code is: 7A21 - IT and Telecom—Business Application Software (Perpetual License Software).
The description of the requirement is required on behalf of United States Coast Guard (USCG). The objective is to procure INVS Gold Service FLIR Latitude software licensing maintenance support to be renewed for the period of 07/01/2025 – 06/30/2026 to monitor vessel traffic and provide advisories to vessels in transit or anchorage in key waterways.
Line item 0001: QTY - 1, UNIT - EA, PART NUMBER - SSA-GLD-1YR-RN, DESCRIPTION - FLIR Gold- Direct Software Service Agreement 1 year. Bundled video and failover channels.
Line item 0002: QTY - 245, UNIT - EA, PART NUMBER - SSA-C-GLD-CH, DESCRIPTION - FLIR Gold – Direct Software Service Support per video channel.
Line item 0003: QTY – 239, UNIT – EA, PART NUMBER - SSA-C-GLD-FOR, DESCRIPTION - FLIR Gold – Software Service Support per failover video channel.
See “Attachment 1 – Requirements Document” for more details.
Period of Performance: 1 July 2025 – 30 June 2026
Consignee and Destination: USCG Command, Control, Communications, Computers, Cyber and Intelligence Service Center (C5ISC), 408 Coast Guard Drive, Kearneysville, WV 25430.
Solicitation Response Due: On or before, Thursday, 22 May 2025 at 10:00 AM EST – A response to the solicitation is due on or before the aforementioned date and time, IN WRITING, to the Contract Specialist Brianna Riffle, Brianna.Riffle@uscg.mil, and the Contracting Officer, Mark Rushing, Mark.A.Rushing@uscg.mil.
Award will be made to the LOWEST-PRICE technically acceptable quote.
This is a total Small Business set-aside.
This is a Brand Name Only requirement.
This solicitation includes the following attachments:
Attachment 1: Requirements Document
Attachment 2: Brand Name Justification
Attachment 3: FAR Clauses and Provisions
Attachment 4: Electronic Submission of Payment Requests (invoicing instructions for the United States Coast Guard).
USCG Points of Contact:
Contracting Officer: Mark A. Rushing, Email: Mark.A.Rushing@uscg.mil
Contract Specialist: Brianna Riffle, Brianna.Riffle@uscg.mil
Instructions: The USCG reserves the right not to answer all submitted questions. Written responses to the questions submitted for this solicitation will be provided to all contractors, with due regard to the proper protection of proprietary information.
The USCG will not provide information in response to telephone calls. Contacting other USCG personnel regarding this solicitation in an attempt to gain procurement-sensitive information may result in disqualification from the evaluation process.
Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted.
UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, and CAGE CODE must be included in the Vendors quote. All quotes submitted shall include cost breakdown, unit price, extended price, payment terms and discount offered for prompt payment.
All applicable FAR Provisions and Clauses are attached via “Attachment 3: FAR Clauses and Provisions.” Please be sure to acknowledge the Provisions and Clauses in your response - changes or concerns regarding specific clauses should be addressed in your response or prior to.
Nonconformance with the instructions provided may result in disqualification or unfavorable evaluation.
Evaluation: The resulting purchase order from this solicitation will be issued as a FIRM FIXED PRICE purchase order. The purchase order will be made to the LOWEST-PRICE technically acceptable quote.
The USCG intends to award the purchase order based on the initial quote without engaging in exchanges. However, the USCG reserves the right to conduct exchanges with one or more of the vendors if determined by the Contracting Officer to be necessary and in the best interests of the USCG. The USCG may reject any or all quotes if such action is in the public interest and waive informalities and minor irregularities in quotes received. Vendors are strongly encouraged to submit their best quote in response to this solicitation.
The Government will first review the quotes for completeness/compliance (everything required to be submitted has been submitted). If a quote is found to be incomplete/non-compliant, it may be removed from the evaluation process, and it will not be further evaluated. Then the Government will list the remaining quotes by price, lowest to highest, and will begin the technical quote evaluation with the lowest priced Offeror. Upon finding the Offeror who meets the brand name requirements (i.e. technical acceptability), the Offeror’s price will be evaluated for reasonableness. If the first quote evaluated is technically acceptable with a price that is reasonable, evaluation will stop. If the first quote evaluated is either not technically acceptable or has a price that is not reasonable evaluation will continue. Once the lowest reasonably priced, technically acceptable quote is found evaluations will stop.
The Government reserves the right to cancel this solicitation at any time.