HSCG4417D170005
Indefinite Delivery Contract
Overview
Government Description
THIS IDIQ CONTRACT IS FOR THE SINS-2 SYSTEMS, PARTS, LOGISTICAL SUPPORT AND WARRANTY.
SINS-2 WILL SERVE AS THE PRIMARY NAVIGATION SYSTEM FOR USCG BOATS AS WELL AS PROVIDE
PRIMARY NAVIGATION SENSORS AND A REDUNDANT NAVIGATION SYSTEM ON USCG CUTTERS. SINS-2
CONSISTS OF A SUITE OF MULTI-FUNCTION DISPLAY (MFD), RADAR, SINGLE FREQUENCY GLOBAL
POSITIONING SYSTEM (GPS), DEPTH SOUNDER UNIT WITH A SELECTION OF TRANSDUCERS, HEADING
SENSOR, AUTOPILOT INTERFACE, WEATHER DATA SENSORS, VIDEO DATA RECORDERS, MISSION DATA
RECORDERS, MARINE GRADE POWER SUPPLIES AND POWER CONVERTERS. THE INTEGRATED SUITE OF
EQUIPMENT AND SENSORS ARE HEREIN REFERRED TO AS THE SINS-2.
Awardee
Awarding / Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$6,000,000
Vehicle Ceiling
$50,000,000 (48% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Nashua, New Hampshire 3063 United States.
FLIR Maritime Us was awarded
Indefinite Delivery Contract HSCG4417D170005 (HSCG44-17-D-170005)
by
Coast Guard
in January 2017.
The IDC
has a duration of 10 years and
was awarded
through solicitation Scalable Integrated Navigation System Two (SINS-2)
full & open
with
NAICS 423690 and
PSC 5825
via direct negotiation acquisition procedures with 4 bids received.
To date, $26,877,218 has been obligated through this vehicle.
The total ceiling is $50,000,000, of which 48% has been used.
As of today, the IDC has a total reported backlog of $2,870,055 and funded backlog of $2,870,055.
Status
(Open)
Modified 3/5/25
Period of Performance
1/23/17
Start Date
1/23/27
Ordering Period End Date
Task Order Obligations and Backlog
$24.0M
Total Obligated
$26.9M
Current Award
$26.9M
Potential Award
$2.9M
Funded Backlog
$2.9M
Total Backlog
Federal Award Analysis
Historical federal task order obligations under HSCG4417D170005
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Year | Contracts | Subcontracts | Grants | Subgrants |
---|
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Contract Awards
Prime task orders awarded under HSCG4417D170005
Subcontract Awards
Disclosed subcontracts for HSCG4417D170005
Opportunity Lifecycle
Procurement history for HSCG4417D170005
Transaction History
Modifications to HSCG4417D170005
People
Suggested agency contacts for HSCG4417D170005
Competition
Number of Bidders
4
Solicitation Procedures
Negotiated Proposal/Quote
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Plan Not Included (No Subcontracting Possibilities)
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
NMJYE2MAGGL5
Awardee CAGE
1TC81
Agency Detail
Awarding Office
70Z044 C5I DIVISION 3 PORTSMOUTH
Funding Office
70Z00P DEPUTY COMDT 4 MISSION SUPP WASH DC
Created By
7008erstpierre
Last Modified By
7008jlcoltz
Approved By
7008jlcoltz
Legislative
Legislative Mandates
None Applicable
Awardee District
NH-02
Senators
Jeanne Shaheen
Margaret Hassan
Margaret Hassan
Representative
Ann Kuster
Budget Funding
Federal Account | Budget Subfunction | Object Class | Total | Percentage |
---|---|---|---|---|
Operations and Support, Coast Guard, Homeland Security (070-0610) | Water transportation | Operation and maintenance of equipment (25.7) | $6,555,602 | 74% |
Operations and Support, Coast Guard, Homeland Security (070-0610) | Water transportation | Equipment (31.0) | $2,305,277 | 26% |
Last Modified: 3/5/25