Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 5 PM
Sources Sought
Elizabeth city North carolina

Minotaur Mission System LCD Displays

Details

Solicitation ID 70Z03825IL0000009
Posted Date 26 Jun 2025 at 5 PM
Response Date 28 Jul 2025 at 8 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aviation Logistics Center (alc)(00038)
Agency Department Of Homeland Security
Location Elizabeth city North carolina United states 27909

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Officemax Incorporated

Nashville Charlotte Williston Chesapeake Edwardsville Phoenix Garden grove Naperville Selma Houston Louisville Boise Alexandria Cleveland Hampton Itasca Boca raton Columbus Billerica Menlo park Saint louis Salt lake city Waipahu Warren Orlando Elkridge Carolina Brentwood Maple grove Aurora Pittsburgh Bristol Kent Portland Smyrna Carlstadt Garland

Sign up to access Documents

Signup now

SYNOPSIS:

This is not a solicitation announcement. This is a sources sought synopsis only. This is NOT a request for proposals and in no way obligates the Government to award any contract. The purpose of this sources sought synopsis is to gain knowledge of commercially available products that may be of interest to the United States Coast Guard (USCG) and Rough Order Magnitude (ROM) of the cost associated.

BACKGROUND:

Minotaur incorporates sensors, radar and command, control, communications, computers, cyber, intelligence, surveillance and reconnaissance equipment and enables aircrews to gather and process surveillance information that can be transmitted to other platforms and units during flight. The system was originally developed by the Navy and is used across multiple Defense and Homeland Security department platforms. Currently, the USCG uses Minotaur on both HC-144B and C-130J aircraft. Each Minotaur operator station uses four LCD displays. The LCD displays are obsolete.  

USCG OBJECTIVES:

USCG, Aviation Logistics Center, Elizabeth City, North Carolina is seeking sources that can provide a rugged Form Fit Function (FFF) replacement for Minotaur displays. Minotaur LCD is a standard 19” rack mount screen display tailored for use in rugged command and control environments. The following technical Specifications must be met:

Electrical Requirements  - 28VDC @ ≤80 Watts

Dimensions - 19” rack mount: 14”h x 19.0”w x 2.92”d  Min 20.1” Display area.

Weight - ≤25 lbs

Connectors - VGA in D-sub 15 pin, DVI-D, NTSC/PAL, Chassis GND stud

Design Specs. - MIL-STD-461E, 901, 810, and 167

NVG Compatible - YES- Night Mode/Day Mode. LED backlight Day/Night front panel on-screen display

Non-Touch Display - YES

Resolution - 1600 X 1200 minimum

Viewing Angle - Minimum = +/- 80 degree

User Interface - User buttons: PWR, Input Mode, Display Mode(day/night), Dimmer

REPLIES:

All companies that can provide the product are encouraged to provide a capability statement for displays, company cage code, brochures, or any other information demonstrating that they can provide these services. Responses to this notice should include company name, address, telephone number, and point of contact (POC). Responses shall be emailed to [email protected] and [email protected] with "70Z03825IL0000009 Sources Sought Response" inserted in the subject line of the email. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses shall be received no later than 07/28/2025 4:00 PM Eastern (4:00 PM EST). The Government believes the applicable NAICS code 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing.

This notice is to assist the USCG in determining potential sources only. All firms responding to this sources sought synopsis are advised that their response to this notice is not a request to be considered for a contract award. Reimbursement will not be made for any costs associated with providing information to this sources sought notice. After the review of the responses to this sources sought synopsis, and if the USCG still plans to proceed with an acquisition, a solicitation announcement will be published in the Federal Business Opportunity website. Responses to this sources sought synopsis are not adequate responses to any future solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis. Again, this is not a request for proposals and in no way obligates the USCG to award any contract.

Respondents are requested to provide information for the additional following questions: (1) Is your business a large or small business and how many employees? (2) If small, does your firm qualify as a small, emergent business, or a small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified hub zone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Is your product listed on a GSA schedule? (8) Do you have other government agencies using the product, and if so which agencies, POCs and contract numbers? (9) If possible, provide POCs for civilian users for general usage of product questions.

Please answer the following questions to establish “Commerciality”:

Are these items of a type customarily used by the general public or non-government entities for other than government purposes?  Yes  _____  No  ______    If yes, describe the item and its intended purposes.

a.   Have these items been sold, leased or licensed to the general public?  Yes ____  No ___  If yes, identify one or more such sale, lease or license to document the commerciality of the item. 

b.   If no, have these items been OFFERED for sale, lease or license to general public?   Yes ____    No  ____  If yes, identify one or more such offered sale/lease/license to document the commerciality of the item.  

For these repair services, are they in support of a Commercial Item?  Is the installation, maintenance, repair, training or other services of a commercial product?    Yes ____  No ____

a.   If yes, are the services in support of commercial items defined as commercial as described above?  Yes ____  No ____  If yes, describe how the items are determined to be commercial and the services to be provided in support of the commercial item and continue. 

b.   Does your company provide similar services contemporaneously to the general public under terms and conditions similar to those we are getting?   Yes  ____  No ____ If yes, give examples.

Standalone Commercial Services:  If the repair services reply above is “NO”, is this a service of a type offered and sold competitively in substantial quantities in the commercial marketplace BASED ON ESTABLISED CATALOG OR MARKET PRICES FOR SPECIFIC TASKS PERFORMED OR SPECIFIC OUTCOMES TO BE ACHIEVED using standard commercial terms and conditions?    Yes ____  No ____ If yes, describe the specific tasks/outcomes to be achieved and provide documentation on how the service is sold and priced (e.g. catalog or market price)

Catalog-Priced Services: “Catalog price” means a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or vendor, is either published or otherwise available for inspection by customers, and states prices at which sales are currently, or were last, made to a significant number of buyers constituting the general public. Please attach a copy of or identify the catalog and its date or the appropriate pages for the offered service tasks/outcomes.  Include a description of the current discount policies and of the price lists (are they published or unpublished, available for inspection by customers, and do they state prices at which sales are currently or last made);

Market-Priced Items: “Market prices” means current prices that are established in the course of ordinary trade between buyers and sellers free to bargain and that can be substantiated through competition or from sources independent of the offerors.  Include relevant information such as:

Provide the source and date or period of the market quotation or other basis for the commercial market price, the base amount, and applicable discounts that may be expected; and Describe the nature of the market.  For example, will the instant procurement establish the market price through competition?  If so, describe the extent of the competition expected.

Respondents who fail to provide all of the required information cannot be used to help the Government make the appropriate acquisition decisions which is the intent of this sources sought notice. Responses to this sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation.

Similar Awards

Location Unknown 30 Sep 2015 at 2 PM
Wright patterson air force base Ohio 03 Jun 2010 at 5 PM
Ohio 01 Mar 2016 at 1 PM
Location Unknown Not Specified
Location Unknown 12 Jul 2012 at 1 PM