Exail Fiber Optic Gyrocompass (FOG) Inertial Navigation System (INS) kits
Sources Sought from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: MD. Response deadline: Apr 10, 2026. Industry: NAICS 334511 • PSC 6605.
Market snapshot
Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 75 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 334511
Description
Agency: United States Coast Guard (USCG), Surface Forces Logistics Center (SFLC)
Synopsis:
This is a Sources Sought notice for market research purposes only. The USCG SFLC is seeking to identify potential sources capable of providing Exail Fiber Optic Gyrocompass (FOG) Inertial Navigation System (INS) kits. The Government is not obligated to award a contract as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.
Background:
The USCG SFLC has a requirement to procure a quantity of fifty (50) Exail Fiber Optic Gyrocompass (FOG) Inertial Navigation System (INS) kits. These systems are critical for navigation and situational awareness aboard USCG vessels. A kit is considered "All or Nothing."
Product Details:
- Product: Exail Fiber Optic Gyrocompass (FOG) Inertial Navigation System (INS) kit
- Part Number: 00325254-A
- Quantity: 50 kits
- Kit Components: Each kit must consist of the M3, N3, and Screen.
- M3 Part Number # 00227615
- N3 Part # PAA00872
- Screen Part # 003252253 (Manufacture is Hatteland)
The vendor must supply this exact product. No substitutions will be considered.
Submission Requirements:
Interested vendors are requested to submit a capabilities statement that demonstrates their ability to meet the requirements outlined in this notice. The capabilities statement should include, at a minimum, the following:
- Company name, address, point of contact, phone number, and email address.
- Business size (e.g., small business, large business).
- Confirmation of ability to provide the exact kit part number (00325254-A),
- Consisting of M3 Part Number # 00227615, N3 Part # PAA00872 , Screen Hatteland Part # 003252253.
- If the vendor is an authorized distributor, a copy of the signed authorized distributor agreement shall be provided with the response.
- Describe your company's production capacity for this item, including the maximum number of kits that can be delivered annually. Please include any relevant information regarding lead times and factors that may impact production volume.
- If the USCG's contract type is a Indefinite Delivery Requirement contract, what would be maximum length (example 5 years)? Identify issues / concerns with a multi-year award at such length.
Disclaimer:
This Sources Sought notice is for informational and planning purposes only and does not constitute a solicitation. A solicitation is not currently available. If a solicitation is issued, it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the response to this announcement.
Contact Information:
Interested parties are invited to submit their capabilities statements via email to Contracting Officer, Mark Cap, Mark.Cap@uscg.mil and Contract Specialist, Lavon Lewis, Lavon.M.Lewis@uscg.mil no later than [10 April 2026, by 12PM EST. ].
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.