DHS awards $3.7M for navigation systems, with delivery expected by March 2026

Contract Overview

Contract Amount: $3,730,899 ($3.7M)

Contractor: Teledyne Flir Maritime US, Inc.

Awarding Agency: Department of Homeland Security

Start Date: 2025-03-10

End Date: 2026-02-27

Contract Duration: 354 days

Daily Burn Rate: $10.5K/day

Competition Type: FULL AND OPEN COMPETITION

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: SCALABLE INTEGRATED NAVIGATION SYSTEM SECOND GENERATION NAVIGATION DISPLAY AND SENSORS HARDWARE FOR USCG CUTTERS AND BOATS UNDER USCG IDIQ CONTRACT HSCG44-17-D-170005. EFFICIENCY EO EXCLUSION: SECTION 2(D)

Place of Performance

Location: NASHUA, HILLSBOROUGH County, NEW HAMPSHIRE, 03063

State: New Hampshire Government Spending

Plain-Language Summary

Department of Homeland Security obligated $3.7 million to TELEDYNE FLIR MARITIME US, INC. for work described as: SCALABLE INTEGRATED NAVIGATION SYSTEM SECOND GENERATION NAVIGATION DISPLAY AND SENSORS HARDWARE FOR USCG CUTTERS AND BOATS UNDER USCG IDIQ CONTRACT HSCG44-17-D-170005. EFFICIENCY EO EXCLUSION: SECTION 2(D) Key points: 1. Value for money assessed against similar navigation hardware procurements. 2. Competition dynamics indicate a full and open process for this delivery order. 3. Risk indicators include contract duration and fixed-price nature. 4. Performance context tied to USCG cutter and boat operational readiness. 5. Sector positioning within electronic parts and equipment wholesale.

Value Assessment

Rating: good

The contract value of approximately $3.7 million for navigation display and sensor hardware appears reasonable when benchmarked against similar procurements for maritime electronic systems. The firm fixed-price contract structure provides cost certainty for the government. While specific per-unit cost data is not provided, the overall award size suggests a competitive pricing environment for these specialized components.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This delivery order was awarded under a full and open competition, indicating that all responsible sources were permitted to submit an offer. The specific number of bidders for this particular order is not detailed, but the 'full and open' designation suggests a robust competitive landscape for the underlying IDIQ contract. This generally leads to better price discovery and value for the government.

Taxpayer Impact: A full and open competition process helps ensure that taxpayer funds are used efficiently by driving down prices through market forces.

Public Impact

US Coast Guard cutters and boats will receive upgraded navigation displays and sensors, enhancing operational capabilities. Improved navigation systems contribute to safer maritime operations and mission effectiveness. The contract supports the maintenance and modernization of critical USCG assets. Workforce implications may include training for personnel on new equipment.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

This contract falls within the broader electronic parts and equipment wholesale sector, specifically serving the defense and maritime technology market. The market for specialized navigation systems is driven by technological advancements and stringent performance requirements. Comparable spending benchmarks would involve other government procurements for similar maritime electronic components and integrated systems.

Small Business Impact

The provided data indicates that small business participation was not a primary driver for this specific award, as the 'small business set-aside' flag is false. There is no explicit information on subcontracting plans for small businesses. Further analysis would be needed to determine the overall impact on the small business ecosystem related to the parent IDIQ contract.

Oversight & Accountability

Oversight for this contract is managed by the U.S. Coast Guard, a component of the Department of Homeland Security. Accountability measures are embedded in the contract terms, including delivery schedules and performance specifications. Transparency is facilitated through federal procurement databases. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

dhs, us-coast-guard, navigation-systems, electronic-parts, hardware, firm-fixed-price, delivery-order, full-and-open-competition, maritime-technology, new-hampshire, teledyne-flir-maritime

Frequently Asked Questions

What is this federal contract paying for?

Department of Homeland Security awarded $3.7 million to TELEDYNE FLIR MARITIME US, INC.. SCALABLE INTEGRATED NAVIGATION SYSTEM SECOND GENERATION NAVIGATION DISPLAY AND SENSORS HARDWARE FOR USCG CUTTERS AND BOATS UNDER USCG IDIQ CONTRACT HSCG44-17-D-170005. EFFICIENCY EO EXCLUSION: SECTION 2(D)

Who is the contractor on this award?

The obligated recipient is TELEDYNE FLIR MARITIME US, INC..

Which agency awarded this contract?

Awarding agency: Department of Homeland Security (U.S. Coast Guard).

What is the total obligated amount?

The obligated amount is $3.7 million.

What is the period of performance?

Start: 2025-03-10. End: 2026-02-27.

What is the historical spending pattern for navigation systems by the U.S. Coast Guard?

Analyzing historical spending on navigation systems by the U.S. Coast Guard reveals a consistent investment in maintaining and upgrading these critical assets. Over the past five fiscal years, the Coast Guard has allocated significant funds towards acquiring new navigation hardware, software, and integrated systems to ensure operational readiness across its diverse fleet. This spending is often driven by fleet modernization initiatives, technological obsolescence of existing equipment, and evolving mission requirements. The agency typically procures these systems through a combination of competitive solicitations, including IDIQ contracts and direct delivery orders, often prioritizing reliability, accuracy, and interoperability. Specific dollar amounts fluctuate annually based on budget allocations and the timing of major procurement cycles, but the trend indicates a sustained commitment to advanced navigation capabilities.

How does the unit cost of these navigation displays and sensors compare to similar commercial off-the-shelf (COTS) products?

Direct comparison of unit costs for these navigation displays and sensors to similar commercial off-the-shelf (COTS) products is challenging without specific part numbers and detailed specifications. However, government-procured specialized maritime navigation hardware often carries a premium due to stringent military-grade requirements, including environmental ruggedization (e.g., resistance to shock, vibration, salt spray), extended temperature ranges, and specific certifications. While COTS products might offer lower initial prices, they may lack the durability and specialized features needed for demanding Coast Guard operations. The 'full and open competition' for the underlying IDIQ contract suggests that Teledyne Flir Maritime US, Inc. likely offered competitive pricing within the specialized defense market. Benchmarking against other defense contracts for similar systems would provide a more accurate comparison than against standard consumer electronics.

What are the key performance indicators (KPIs) for the SCALABLE INTEGRATED NAVIGATION SYSTEM SECOND GENERATION?

The key performance indicators (KPIs) for the SCALABLE INTEGRATED NAVIGATION SYSTEM SECOND GENERATION are not explicitly detailed in the provided award data. However, based on the nature of navigation systems for maritime vessels, typical KPIs would likely include accuracy (e.g., position, velocity, heading), reliability (e.g., Mean Time Between Failures - MTBF), availability (uptime percentage), latency (time delay in data processing and display), and environmental resilience (performance under specified temperature, humidity, and vibration conditions). For the U.S. Coast Guard, mission-critical performance metrics such as the system's ability to support safe navigation in all weather conditions, facilitate effective command and control, and integrate seamlessly with other onboard systems would also be paramount. The firm fixed-price nature of the contract implies that meeting these performance specifications is a condition of payment.

What is the track record of Teledyne Flir Maritime US, Inc. in delivering similar navigation systems to government agencies?

Teledyne Flir Maritime US, Inc. has a significant track record in delivering advanced sensor and navigation solutions to government and defense agencies, including maritime applications. As a subsidiary of Teledyne Technologies, the company leverages extensive experience in electro-optical, infrared, and navigation technologies. Their portfolio often includes integrated systems for surveillance, reconnaissance, and navigation tailored for harsh operational environments. Past performance data, typically available through government contract databases and past performance reviews, would likely indicate a history of successful contract execution for similar hardware and systems. This specific award builds upon their established presence within the U.S. Coast Guard's supply chain, likely stemming from previous successful deliveries under the parent IDIQ contract (HSCG44-17-D-170005) or related agreements.

What are the potential risks associated with the long-term sustainment and maintenance of these navigation systems?

Potential risks associated with the long-term sustainment and maintenance of these navigation systems include technological obsolescence, as navigation technology evolves rapidly. If the systems are designed with proprietary components or limited upgrade paths, future maintenance could become difficult or expensive. Another risk is the availability of spare parts and qualified technical support over the system's lifecycle, especially if the manufacturer undergoes restructuring or discontinues specific product lines. Contractor performance risk also exists; while Teledyne Flir has a strong reputation, unforeseen issues could arise. Furthermore, the reliance on a single vendor for critical components under the IDIQ structure could pose a risk if that vendor faces financial instability or supply chain disruptions. The Coast Guard would typically mitigate these risks through robust maintenance plans, service level agreements, and potentially by incorporating provisions for technology refresh or end-of-life support into the contract.

Industry Classification

NAICS: Wholesale TradeHousehold Appliances and Electrical and Electronic Goods Merchant WholesalersOther Electronic Parts and Equipment Merchant Wholesalers

Product/Service Code: COMM/DETECT/COHERENT RADIATION

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Parent Company: Teledyne Technologies Incorporated

Address: 9 TOWNSEND WEST, NASHUA, NH, 03063

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,730,899

Exercised Options: $3,730,899

Current Obligation: $3,730,899

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: HSCG4417D170005

IDV Type: IDC

Timeline

Start Date: 2025-03-10

Current End Date: 2026-02-27

Potential End Date: 2026-02-27 08:17:40

Last Modified: 2026-01-26

Other Department of Homeland Security Contracts

View all Department of Homeland Security contracts →

Explore Related Government Spending