Closed Solicitation · DEPT OF DEFENSE

    SHIP TO SHORE CONNECTOR (SSC) RADAR SYSTEM - SOURCES SOUGHT

    Sol. N61331-26-SN-Q04Sources SoughtPANAMA CITY BEACH, FL
    Closed
    STATUS
    Closed
    closed Nov 6, 2025
    POSTED
    Oct 22, 2025
    Publication date
    NAICS CODE
    334511
    Primary industry classification
    PSC CODE
    Product & service classification

    AI Summary

    The Naval Surface Warfare Center is seeking sources for a commercial off-the-shelf radar system for the Ship to Shore Connector program. This sources sought announcement requests information on capabilities, compliance with specific standards, and relevant documentation. Responses are due by November 6, 2025.

    Contract details

    Solicitation No.
    N61331-26-SN-Q04
    Notice Type
    Sources Sought
    Posted Date
    October 22, 2025
    Response Deadline
    November 6, 2025
    NAICS Code
    334511AI guide
    Primary Contact
    Nitaya Prater
    State
    FL
    ZIP Code
    32407-7001
    AI Product/Service
    product

    Description

    SOURCES SOUGHT ANNOUNCEMENT

    FOR

    SHIP TO SHORE CONNECTOR (SSC) RADAR SYSTEM

    The Naval Surface Warfare Center, Panama City Division (NSWCPCD) is conducting a survey of potential sources for the Ship to Shore Connector (SSC) program. NSWCPCD is seeking sources for a commercial off-the-shelf (COTS) Radar System for a system upgrade effort.   

    This is a REQUEST FOR INFORMATION (RFI) for a Radar system for the Ship to Shore Connector (SCC).  THIS IS NOT A REQUEST FOR PROPOSALS. 

    Key Parameters include but not limited to: 

    Features/Capabilities:

    1. Radar system will be compliant with the following standards:

      1. Adoption of the Revised Performance Standards for Radar Equipment, Rev A, 21 June 2018 (MSC.192(79))
      2. Top Level Requirements (TLR) Document for U.S. Navy Radars used for Navigation, 6 December 2004

    1. Key Radar Requirements (Note: not all items from the MSC.192(79) are capture below):
      1. Antenna Characteristics
        1. Array Antenna 
        2. Frequency: X- Band (9.2-9.5GHz) (IMO MSC.192(79), section 5.1.2 Radar Sensor Requirements)
      2. Radar Range and Bearing Accuracy:
        1. Range Resolution: Within 30m or 1% of the range scale in use, whichever is greater (IMO MSC.192(79), section 5.2 Radar Range and Bearing Accuracy)
        2. Bearing: Within 1◦ (IMO MSC.192(79), section 5.2 Radar Range and Bearing Accuracy)
      3. Roll and Pitch: The target detection performance of the equipment should not be substantially impaired when own ship is rolling or pitching up to +/-10°(IMO MSC.192(79), section 5.6Roll and Pitch)
      4. Radar system will provide target tracking capabilities for manually acquiring contacts independent of external processing systems. 
      5. Radar system will have the ability to monitor built in status (BIT) via ethernet.
      6. Radar system will provide a radar health status via ethernet.
      7. Radar system will provide the capability to adjust the range control via ethernet.
      8. Antenna rotation rate: Antenna revolution or scan rate of 40 RPM, minimum.
      9. Interference susceptibility: The radar should be capable of operating satisfactorily in typical interference conditions.
        1. The radar system has the capability for Sea clutter control
        2. The radar system has the capability for Anti-Rain clutter control
      10. Additional radar features:
      11. The radar system has the capability for Gain control & pulse width control

    Electrical:

    1. Radar Network Distribution
      1. Input power voltage range: 9-36VDC (28 VDC Nominal), 4.5W Max peak consumption.
      2. Radar system to provide distribution via network (Ethernet)
      3. Able to receive signals
        1. Azimuth
        2. Bearing
        3. Trigger
        4. Video
    2. Antenna Array
      1. Minimum peak power output of 25kW or Solid-State Equivalent

    1. Radar Processing Unit
      1. Input Power 120 VAC single phase 50-60Hz or 24VDC

    Physical:

    1. Corrosion Resistance: All connectors, fasteners, and the chassis material inherently corrosion resistant or treated (for example, anodized, chemical-filmed, or coated) to resist corrosion  

    1. Dimensions:
      1. Antenna
        1. 4 ft Length fiberglass covered slotted aluminum array (threshold)

      1. Mounting space
        1. 240mm x 240mm (goal)

      1. Raday System Total Height
        1. 550mm (goal)

    1. Weight: 
      1. Gearbox: 60 lbs. maximum, goal
      2. Antenna: 15lbs. maximum, goal
      3. RPU: 65 lbs. maximum, goal

    Environment:

    NOTE: Unit has been qualified for the following testing (goal):

    1. MIL-STD-461F Electromagnetic Interference (EMI), Navy surface ship applications:
    1. CE101
    2. CE102
    3. CS101
    4. CS106
    5. CS114
    6. CS116
    7. RE101
    8. RE102
    9. RS101
    10. RS103

    1. Maximum wind loading of 100 knots

    1. MIL-STD-810F tailored environmental specifications internal items (equipment in controlled A/C environments)

    1. Low Temperature: -15°C, operational
    2. High Temperature +55°C, operational
    3. Humidity: 95%, non-condensing, operational
    4. Vibration: 10 to 2000 Hz, operational
    5. Shock: 10Hz@ 5Gs, 500Hz@40G’s, and 2000Hz@40 Gs, operational
    6. Salt fog
    7. Dust (fine sand)
    8. Fungus

    1. MIL-STD-810F tailored environmental specifications internal items (equipment in external environments)

    1. Low Temperature: -15°C, operational
    2. High Temperature +55°C, operational
    3. Humidity: 95%, non-condensing, operational
    4. Vibration: 10 to 2000 Hz, operational
    5. Shock: 10Hz@ 5Gs, 500Hz@40G’s, and 2000Hz@40 Gs, operational
    6. Salt fog
    7. Dust (fine sand)
    8. Fungus

    Vendors shall provide the following information:

    1. Responses for each key parameter listed in this document, i.e. how the proposed solution meets each parameter listed in this document. 
    2. Relevant documentation (data sheets, user manuals, test reports, etc.).
    3. Under separate cover, provide unit cost with price breaks up to a quantity of 100.  Range with not-to-exceed estimate is acceptable.
    4. Available reliability data with associated application conditions and measuring methods.
    5. Anticipated life-cycle of the proposed solution, e.g. anticipated active production years with follow on support years for existing customers.
    6. Lead-time for delivering first four units and standard lead-times thereafter should a production contract be awarded.
    7. Return for repair process with minimum estimated service charge.
    8. Technology maturity or technology readiness level (TRL) as defined by the Defense Acquisition Guidebook (DAG), and use in DoD programs.
    9. Description of any onboard diagnostic and/or fault identification/isolation capability.

    RESPONSES: Interested parties may provide electronic or paper submittals to be received by the Government by 06 November 2025.  There is no specific format or outline that submittals must follow.  Each response must reference the RFI title.  Contractors responding should indicate whether they are a small business (S), a small disadvantaged business (SDB), 8(a), or large business (L). 

    Telephone responses will not be honored.  Please email responses with any supporting attachments to nitaya.prater.civ@us.navy.mil and frances.j.negron.civ@us.navy.mil.  Paper submittals should be directed to NSWCPCD (Code 023), ATTN:  Nitaya Prater, 110 Vernon Ave, Panama City, FL 32407-7001 and label with the Sources Sought number and title.

    This is a Request for Information (RFI), a market survey for written information only.  THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS/SERVICES, NOR FOR THE GOVERNMENT TO PAY FOR THE INFORMATION RECEIVED.

    In the event a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published in the Government Point of Entry website SAM.gov.  This announcement should not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.   NAICS Code 334511 applies, Size Standard is 750 employees, FSC 2090.

    Key dates

    1. October 22, 2025Posted Date
    2. November 6, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    SHIP TO SHORE CONNECTOR (SSC) RADAR SYSTEM - SOURCES SOUGHT is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.