Gulfstream G550 Lease
ID: 70Z02325R9310000Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDHQ CONTRACT OPERATIONS (CG-912)(000WASHINGTON, DC, 20593, USA

NAICS

Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing (532411)

PSC

LEASE OR RENTAL OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (W015)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the lease of a Gulfstream G550 aircraft to support its Long-Range Command and Control Aircraft (LRCCA) program. The contractor will be responsible for providing the aircraft with specified communication capabilities, ensuring operational readiness, and managing maintenance throughout the lease period, which includes a base period of four months with options for extension up to eight months. This procurement is critical for enhancing the Coast Guard's capabilities in emergency response and operational readiness, emphasizing compliance with FAA regulations and specific equipment configurations. Interested parties should refer to the attached RFP documents for detailed requirements and submit their proposals to Jennifer McMahon or Matthew L. Wallace by the specified deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to the Request for Proposals (RFP) No. 70Z02325R9310000 for leasing a Long-Range Command and Control Aircraft (LRCCA) by the U.S. Coast Guard (USCG). It includes a series of questions and answers regarding the RFP's specifics. Key clarifications indicate that past performance references will not count against the page limit, the price proposal must be mathematically correct, and oral presentation requests must adhere to specific deadlines. Additionally, it confirms that the USCG intends to operate the leased aircraft using its own crew due to security considerations. Some proposed changes to pricing and document submission requirements were denied, maintaining initial guidelines. The responses highlight the ongoing adjustments made to the Statement of Work (SOW) to address contract stipulations. The document underscores the importance of clarity in requirements for prospective contractors while reinforcing the RFP’s stipulations, which are crucial for successful bids in government contracts.
    The United States Coast Guard (USCG) Ombudsman Program for Agency Protests (OPAP) aims to ensure fair contract solicitations and awards by providing a mechanism to address procurement disputes outside of formal litigation. Interested parties can engage in an informal process by discussing concerns with a Contracting Officer or formally protest to the Ombudsman if issues remain unresolved. Formal protests must be filed within specific timeframes and require detailed information as outlined in the Federal Acquisition Regulation (FAR). Contract awards may be suspended during the protest, barring urgent needs for performance. The document details various sections relevant to contract management, including performance requirements, delivery schedules, payment processes, inspection criteria, and compliance with government contracting policies. It specifies expectations for contractors regarding compliance, security, and reporting on incidents involving Controlled Unclassified Information (CUI). The contract includes clauses that emphasize the obligation to protect sensitive data, adhere to invoice processing standards, and ensure employee training in information technology security. Overall, the document reflects the USCG's commitment to transparency, security, and efficiency within federal contracting processes while providing contractors a structured approach to address their concerns or disputes.
    The document outlines the United States Coast Guard (USCG) Ombudsman Program for Agency Protests (OPAP), designed to handle procurement disputes fairly and efficiently without needing costly litigation. Interested parties with procurement concerns are advised to first communicate informally with the relevant Contracting Officer; if unresolved, they may escalate to a formal agency protest. The document details the procedures for both informal and formal protests, including required information for filing and timelines for resolution, targeting less than 35 days. It emphasizes the importance of resolution through the agency rather than external forums. Additional sections on contractual obligations include definitions of performance timelines, invoicing procedures, and clauses regarding contract administration, inspection, and acceptance. Specific safety mandates around the handling of Controlled Unclassified Information (CUI) and the training requirements for personnel accessing sensitive data are also highlighted. The structure of the document includes clear sections categorizing the Ombudsman program, performance work statements, procurement rules, and pertinent clauses, ultimately aiming to streamline the procurement process and ensure compliance with government regulations.
    The United States Coast Guard (USCG) Ombudsman Program for Agency Protests (OPAP) ensures fair and timely contract awards, allowing interested parties to resolve procurement concerns without resorting to costly litigation. The program encourages informal discussions with Contracting Officers as a first step, followed by a formal protest to either the Contracting Officer or the Ombudsman if necessary. Contract awards may be suspended during formal protests unless a compelling interest to proceed exists. Protesters must provide specific information to facilitate swift resolutions, which the agency aims to complete within 35 days. The document details performance expectations, contract administration, and security requirements, with extensive clauses governing various aspects, including employee conduct, subcontractor regulations, and handling of Controlled Unclassified Information (CUI). Security measures, incident reporting protocols, and annual training requirements for all contractor employees are outlined to safeguard sensitive information. This comprehensive structure serves to protect the integrity of government contracts while promoting transparency and accountability within the USCG procurement process.
    The Statement of Work (SOW) outlines the requirements for leasing a Long-Range Command and Control Aircraft (LRCCA) for the Department of Homeland Security (DHS) and the United States Coast Guard (USCG). The contractor is required to provide a Gulfstream G-550 aircraft configured to ensure dual-band global connectivity for seamless communication during missions, which may include emergency situations and international operations. Key responsibilities include ensuring the aircraft is flyable by Coast Guard personnel without requiring additional type ratings, complying with FAA and global airspace regulations, and maintaining high operational availability. The aircraft must be outfitted with advanced avionics, multiple communication systems, and passenger amenities to support the travel of DHS and USCG personnel. The contractor will also be responsible for comprehensive maintenance plans, technical documentation, and training for operators and maintenance staff. Additionally, during the lease, the contractor must manage maintenance scheduling, provide support during operations, and adhere to security protocols for classified materials. The project spans a base period of four months, with possible extensions, and emphasizes rigorous compliance with federal regulations throughout the process, ensuring all operations are conducted safely and effectively.
    The Statement of Work (SOW) outlines the requirements for leasing a Long-Range Command and Control Aircraft (LRCCA), specifically a Gulfstream G-550, for the Department of Homeland Security (DHS) and the U.S. Coast Guard (USCG). The contractor is responsible for providing the aircraft with specified communication capabilities, maintaining operational readiness, and managing maintenance throughout the lease period. The primary mission involves global transportation for emergency response and operational readiness. Key requirements include compliance with FAA regulations, specific equipment configurations, cabin amenities, and communication systems to support complex mission tasks. Maintenance planning, training for crew and maintenance personnel, and effective coordination with USCG are critical elements. The lease is set for a base period of four months with options extending up to eight months. Overall, this document serves as a comprehensive guideline for potential contractors to fulfill government needs related to national security and emergency response through specialized aviation assets.
    The DD Form 1423-1 is a government document designated for submitting Contract Data Requirements Lists (CDRLs) for a specific data item related to a contract. In this case, it relates to the Long Range Command and Control Aircraft (LRCCA) and outlines the components needed for the maintenance plan. The form includes fields such as Contract Line Item No., system/item details, contractor information, and distribution requirements. It stipulates that the maintenance plan must allow for ongoing tracking of future activities and be accessible to U.S. Coast Guard maintenance personnel. The submission must follow the requirements set forth in the Statement of Work (SOW). The document also delineates the various price groupings relevant to the data item development costs. Accuracy and timely approval of the data item submissions are emphasized, ensuring that these deliverables meet required standards for quality and compliance. This form is essential in managing data items that support federal contracts, ensuring that all necessary documentation is complete and corresponds with regulatory requirements.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) utilized within U.S. government contracts, specifically tailored for the Department of Defense. This form outlines the collection of essential data items required for contract activities, specifying categories such as Technical Data Package (TDP) and Technical Manual (TM). Key sections include responsible offices, contract references, submission dates, and distribution requirements, emphasizing the structured process for delivering data items. Notably, it indicates a review period for the government post-receipt and underscores the obligation to submit required data before significant project milestones. The form also categorizes the type of data based on necessity and provides guidelines for estimating associated costs to ensure accurate pricing and compliance with government standards, thus safeguarding both contractor responsibilities and governmental oversight throughout the lifecycle of the contract. This structured document is crucial for ensuring clarity and compliance in federal RFPs and grants, thereby facilitating effective cooperation between contractors and the government.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) primarily used by the Department of Defense (DoD) to specify data submission requirements from contractors. This form details the necessary information related to data items required for fulfilling contract obligations, including technical manuals and other data forms. Key sections include contract line item numbers, item classifications, annual frequency, submission deadlines, and distribution statements. The form emphasizes the Contractor’s obligation to submit deliverables in accordance with the Statement of Work (SOW) and mandates a review by the Government for accuracy and updates. The government will manage the distribution of the documents and requires contractor compliance in delivering submissions for review by specific deadlines, such as before kickoff meetings. Additionally, the document categorizes requirements into price groups based on the essentiality of data to the contractor's efforts, aiding in cost estimation for the procurement of data items. This structured approach ensures clarity and efficiency in managing deliverables aligned with service contract expectations, particularly in the context of RFPs and federal grants. The overarching goal is to guarantee that contractors fulfill their data requirements for compliance and operational effectiveness.
    The DD Form 1423-1 outlines the requirements for contract data submissions in government contracts, detailing the Catalog of Data Requirements List (CDRL) for a specific data item essential to project management, particularly for the U.S. Coast Guard's LRCCA program. It specifies the need for Weight and Balance Data, including the contractor's obligations for initial and subsequent submissions aligned with contract specifications. The form mandates that data must be presented in a specific format, reviewed by the Government within three working days, and emphasizes the importance of proper distribution labeling according to government regulations. Furthermore, the document provides instructions for completing the form and categorizes data items into various groups based on their necessity and costs associated with their production. The form serves as an essential documentation tool to ensure compliance, coordination, and the quality of deliverables in federal contracts and supports effective management of government resources by detailing process and expectations for data procurement and evaluation. Overall, it represents a crucial component of the bureaucracy governing federal contract management and compliance protocols.
    The document is a DD Form 1423-1, Contract Data Requirements List, used by the Department of Defense to detail data item requirements for contracts. It includes essential fields such as contract line item number, item category (Technical Data Package, Technical Manual, etc.), system or item name, and contractor information. The form stipulates the submission frequency for required documents, distribution details, and inspection and acceptance protocols. A significant focus is on the Government's review of deliverables, specifically a Federal Aviation Administration (FAA) certificate referenced in the contract. It outlines the process for contractors to indicate price groups associated with data items and their estimated costs. The accompanying instructions provide guidance on completing the form to ensure compliance with regulatory standards. Ultimately, this document standardizes data submission expectations within government contracts, facilitating clear communication and accountability in federal acquisitions.
    The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) used by the Department of Defense (DoD) to document and specify data items required from contractors on government contracts. It encompasses necessary details about the data items, including the contract line item number, data item title, authority, requiring office, and distribution requirements. The form outlines the responsibilities of government personnel and contractors regarding the preparation, submission, and approval of data items, and categorizes them into technical data packages, technical manuals, or others. The document also stipulates requirements for inspections and approvals, submission frequencies, and associated cost groups for developing the required data. The purpose of the DD Form 1423-1 is to ensure that the relevant data is systematically documented and is available to meet contractual obligations and enhance operational efficiency within government projects.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) used by the Department of Defense to manage data deliverables required from contractors. This form enables the specification of various data items related to contracts, including titles, submission dates, distribution requirements, and pricing groups. Key components of the form include the identification of the contractor, specific deliverables such as meeting minutes, and guidelines on the format for submissions, which must be in a digital format compatible with Adobe Acrobat. The government must review these submissions within three working days and provide a structured approval process. The document also categorizes data items into groups based on their importance and the additional work required for compliance with government standards. Overall, this form facilitates a standardized approach for data submissions in military contracts, ensuring timely access and adequate preparation for technical documentation necessary for project oversight and management. It reflects an organized framework within government RFPs and grants for maintaining data quality and delivery timelines.
    The DD Form 1423-1 serves as the Contract Data Requirements List, essential for defining the deliverables and their requirements in government contracts. It outlines the specifics for data submissions, including item numbers, titles, frequencies, and distribution details. The form specifies contractor responsibilities for producing data in compliance with government standards and includes sections for approvals and remarks. Key components include guidelines on categorizing data (Technical Data Package, Technical Manuals, etc.), the authority of requirements, inspection and acceptance procedures, and submission timelines, ensuring clear communication between the contractor and the government. Additionally, pricing groups classify costs related to data deliverables, indicating whether they are essential to contract performance or part of general operating procedures. This document is crucial for maintaining transparency and accountability within federal procurements, aiding in successful project execution while adhering to established frameworks. It reinforces the structured approach necessary for effective data management in government contracts, enhancing both operational efficiency and regulatory compliance.
    The DD Form 1423-1 is a Contract Data Requirements List used by the Department of Defense to document and manage data deliverables from contractors under federal contracts. It requires contractors to specify data types, delivery schedules, and approval processes. Key sections of the form include contract details, the title and description of the data item, submission dates, and distribution requirements. The document outlines various categories for data, including Technical Data Packages and Technical Manuals, and provides a framework for estimating costs associated with the data items. It emphasizes the need for timely submission and government review, as well as adherence to specific formatting and content standards. The form is critical within the context of government RFPs and grants, ensuring clarity in contract requirements and facilitating effective communication between contractors and government entities. The intent is to streamline data management for contracts while safeguarding compliance with government regulations and operational efficacy.
    The DD Form 1423-1 is a Contract Data Requirements List utilized by the Department of Defense to document specific data items required from contractors. The form consists of sections that capture critical details including contract line item numbers, data item titles, submission timelines, and distribution requirements. The form categorizes data into types such as Technical Data Package (TDP) or Technical Manual (TM) and outlines the authorities and references guiding data submission. Contractors must also specify the frequency and dates for initial and subsequent submissions. Additionally, the form requires contractors to indicate the pricing group for the data items, ranging from non-essential data (Group I) to data developed as part of standard operating procedures (Group IV). This structured approach ensures compliance with government requirements, facilitates coordination, and specifies deliverables between contractors and the government. Ultimately, the DD Form 1423-1 is integral to the RFP process, ensuring that all necessary data items align with contractual obligations and facilitate effective project management and oversight.
    This document outlines the pricing structure for a government Request for Proposal (RFP) related to leasing and subscription services for G550 aircraft. It includes two main periods: the Base Period and the Option Period. The Base Period consists of four monthly G550 leases billed at an hourly rate of approximately $183.33. Additionally, four monthly subscriptions are included, though specific pricing details are unspecified. The Option Period extends for eight months with a revised, lower hourly rate of about $45.83 for the G550 leases. The document reflects a structured pricing approach, detailing various elements such as quantities and units of issue for both leasing and subscription services. The total costs for both periods remain unfilled, indicating that specific financial proposals were either pending or confidential. Overall, this pricing sheet serves as a critical component in the procurement process to evaluate bid responses for federal contracting opportunities, ensuring compliance and budget management.
    The document is a pricing sheet related to a government Request for Proposal (RFP) for leasing G550 aircraft and associated monthly subscriptions. It outlines the pricing structure for two periods: the Base Period and an Option Period. The sheet specifies the quantities, unit of issue, and hourly rates for the lease of four G550 aircraft over a two-month base period, along with monthly subscriptions. An additional section details the same for an Option Period consisting of eight G550 aircraft over eight months, again with specified hourly rates. The pricing totals for both periods are currently listed as $0.00, indicating that they may be placeholders or that final pricing has not yet been determined. The document emphasizes the structured approach typical in governmental procurement processes, focusing on transparency and clarity around costs associated with aircraft leasing and related services. This RFP is indicative of federal and state efforts to standardize procurement for specific services, ensuring compliance with budgetary and operational requirements.
    The document pertains to a federal Request for Proposals (RFP) related to funding opportunities and programmatic grants aimed at supporting state and local initiatives. It outlines the primary objectives for applicants, emphasizing the need for projects that demonstrate clear benefits to the community, foster innovation, and address public needs or challenges effectively. Key areas of focus include public health, infrastructure development, and educational advancements, requiring detailed project proposals that meet established guidelines and criteria. Additionally, the document includes information on eligibility, funding limits, timelines, and the evaluation process for submitted proposals. The overarching purpose is to invite qualified entities to contribute solutions that can enhance community welfare, promote equity, and stimulate economic growth while adhering to federal statutes and standards. Overall, the document serves as a framework for prospective applicants to align their project goals with federal priorities and secure the necessary funding for implementation.
    Lifecycle
    Title
    Type
    Gulfstream G550 Lease
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range and a 30-day endurance at sea. This procurement is crucial for ensuring effective maritime operations and support for USCG missions, with a total funding ceiling of $99 million over a five-year period. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Justin Geisendaffer or Sara Andrukonis via their provided email addresses.
    Aircraft Maintenance and Aviation Life Support Equipment (ALSE) Maintenance and Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for Aircraft Maintenance and Aviation Life Support Equipment (ALSE) Maintenance and Support services under solicitation number 70Z03825QS0000020. The contract requires qualified personnel, including Aircraft Mechanic I, Aircraft Mechanic II, and ALSE Inspector/Maintainer, to perform maintenance, repairs, inspections, and overhauls on H-65 Dolphin helicopters and ALSE, ensuring aircraft readiness for critical missions such as search and rescue and presidential protection. The anticipated contract includes a one-year base period starting May 1, 2026, with four one-year option periods, and interested parties must submit their proposals by January 16, 2026, at 12:00 PM EST to Charles E. Leslie, Jr. at Charles.E.Leslie2@uscg.mil.
    MH-65 Environmental Control System (ECS), Procurement and Sustainment; Request for Information (RFI)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information from industry regarding the procurement and sustainment of an Environmental Control System (ECS) for the MH-65 helicopter. The Coast Guard aims to identify suitable replacement systems that are lighter and offer greater cooling capacity than the current vapor cycle refrigeration system, which is critical for maintaining cabin comfort and protecting avionics. This RFI is part of the Coast Guard's efforts to enhance the operational capabilities of the MH-65, a helicopter used for search and rescue missions, and responses are due by December 19, 2025, at 12:00 PM EST. Interested vendors should submit their capability statements and are encouraged to contact Mary Elaina Price at elaina.m.price@uscg.mil for further inquiries.
    Aircraft Maintenance Services for the MH-65
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide aircraft maintenance services for the MH-65 fleet at the Aviation Logistics Center (ALC) in Elizabeth City, NC. The procurement involves planned depot maintenance every 48 months, including disassembly, cleaning, repair, repainting, and reassembly of the aircraft, with specific staffing requirements for various Aircraft Mechanic roles and Helpers. This contract is critical for ensuring the operational readiness of the USCG's aircraft and will be awarded as an Indefinite Delivery Requirements type contract with a one-year base period and up to four option years. Interested parties must submit proposals by December 4, 2025, at 3:00 PM EST, and can direct inquiries to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    Procurement of Various Gearboxes
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various gearboxes, including Main, Input Module, Intermediate, Tail Rotor, and Accessory Drive Gearboxes, under solicitation number 70Z03825RJ0000006. This procurement is critical for maintaining the operational readiness and safety of Coast Guard aviation assets, with an anticipated contract value of approximately $153 million if all options are exercised. The contract will be awarded on a sole-source basis to Sikorsky Aircraft Corporation, the only approved source, and will consist of a one-year base period with four one-year option periods. Interested vendors must submit their quotations by January 16, 2026, at 2:00 PM Eastern Time, and can direct inquiries to Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Procurement of Various Spare Parts
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG) Aviation Logistics Center (ALC), is seeking proposals for the procurement of various spare parts necessary for the maintenance, repair, and overhaul of the MH-65 aircraft. This procurement will be conducted on a sole-source basis from Airbus Helicopters, Inc., the only authorized distributor for the original equipment manufacturer, Airbus Helicopters, France, due to the proprietary nature of the parts and the critical need for maintaining aircraft safety and airworthiness. The contract is structured as an Indefinite Delivery Requirements type, with an estimated total value of $33,975,488, covering a one-year base period and four one-year option periods, funded by Fiscal Year Operations and Support funds from 2026 to 2030. Proposals must be submitted via email to Elaina M. Price by January 15, 2026, at 3:15 PM EST, with the solicitation number 70Z03826RB0000005 indicated in the subject line.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional option years. The goods are critical for maintaining operational readiness and safety in aviation logistics, underscoring their importance to the Coast Guard's mission. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and direct all inquiries to Dmitri E. Mercer via email, ensuring to reference solicitation number 70Z03826QL0000013 in the subject line.
    Sources Sought Notice for Re-Engining Options for HC-144B Aircraft.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking information on potential engine retrofit options for its HC-144B aircraft through a Sources Sought Notice. The objective is to identify viable Non-Developmental Item (NDI) aircraft engine systems that can enhance reliability, maintainability, and lifecycle costs while complying with Federal Aviation Regulations. The HC-144B aircraft, which supports critical missions such as Search and Rescue and surveillance, operates in challenging maritime environments, necessitating robust and efficient propulsion solutions. Interested parties must submit their responses by January 14, 2026, to the designated contacts, LCDR Mark Amendolara and Logan J. Brown, via email, ensuring to include the Notice ID in the subject line.
    Procurement of Main Landing Gear and Nose Landing Gear Tires in Support of the HC-144 Aircraft
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the procurement of Main Landing Gear (MLG) and Nose Landing Gear (NLG) tires to support the HC-144 aircraft. This procurement will be conducted as a combined synopsis/solicitation for commercial items, with the intention of awarding a single Indefinite Delivery Requirements Contract that includes a one-year base period and four one-year option periods. The tires are critical safety items essential for maintaining aircraft airworthiness and mission support, and the contract is estimated to be valued at approximately $2,389,202 over its duration. Interested vendors must submit proposals by December 17, 2025, at 4:00 PM EST, and should direct inquiries to Steven Goodwin at steven.a.goodwin@uscg.mil.
    HC-144 & HC-27J Inverter Repair
    Homeland Security, Department Of
    The Department of Homeland Security's United States Coast Guard (USCG) is seeking proposals for the repair of inverters used in HC-144 and HC-27J aircraft through a combined synopsis/solicitation. This procurement aims to establish an Indefinite Delivery Requirements contract for a base period of one year, with two additional one-year option periods, ensuring the operational capability and safety of these critical aircraft components. The contract is justified as a sole-source award to Avionics Instruments, LLC, due to the proprietary nature of the inverters and the necessity for OEM-specific repairs to mitigate safety risks. Interested parties must submit their quotes by October 17, 2024, at 4:00 PM EST, and all inquiries should be directed to Stephanie O Reams at stephanie.o.reams@uscg.mil.