Request for Information – Airboat for Trinidad and Tobago
ID: 70Z02326I92200003Type: Sources Sought
Overview

Buyer

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

NAICS

Boat Building (336612)

PSC

SMALL CRAFT (1940)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is conducting a Request for Information (RFI) to identify potential sources for providing an airboat, trailer, spare parts, reactivation services, and training for the Government of Trinidad and Tobago under a Foreign Military Sales (FMS) case. The procurement aims to enhance maritime security and disaster relief capabilities, with specific requirements outlined in the attached draft Statement of Work (SOW), including technical specifications for the airboat and compliance with U.S. government standards. Interested vendors are encouraged to submit their responses, including a Rough Order of Magnitude (ROM) for the project, to Contract Specialist Kerri L. Dolezal via email by the specified deadline, as this RFI is solely for market research purposes and does not constitute a solicitation for quotes. For further details, vendors can reach out to Kerri L. Dolezal at Kerri.L.Dolezal@uscg.mil.

    Point(s) of Contact
    Kerri L. Dolezal
    Kerri.L.Dolezal@uscg.mil
    Files
    Title
    Posted
    The United States Coast Guard (USCG) requires the procurement of one airboat and associated equipment for Trinidad and Tobago under a Foreign Military Sales (FMS) case. The Statement of Work (SOW) details the technical specifications for the airboat, including hull design, engine, seating, outfitting, and a trailer. The project also mandates reactivation services, comprehensive training for operation and maintenance, and a two-year spare parts list. Key requirements include adherence to U.S. government terms, applicable documents, and specific performance, inspection, and acceptance procedures. The contractor must also comply with strict packaging, shipping, and documentation guidelines, including warranties and OEM manuals, ensuring the vessel's readiness for disaster relief and maritime security operations.
    This Request for Information (RFI) is for market research purposes only, not a Request for Quote (RFQ), seeking industry capabilities and pricing for a Trinidad and Tobago Airboat to identify future budget requirements. Interested vendors must complete an Excel sheet detailing their ability to meet various Statement of Work (SOW) sections, including boat specifications, design, service life, training, warranty, and trailer requirements. Key questions address compliance with ABYC standards, two-person launch/recovery, hull design maturity, and the provision of spare parts and reactivation services. The RFI also asks about subcontracting, lead time, and existing strategic sourcing vehicles. Vendors are required to provide a Rough Order of Magnitude (ROM) for the airboat, spare parts, trailer, reactivation, and training, explicitly excluding shipping and travel costs, which the Government will cover.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Imtra Wipers and parts
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for various Imtra wiper parts essential for the operation of the 45’ Response Boat Medium (RBM). The procurement includes specific items such as controllers, pumps, and nozzles, all manufactured by Imtra Corporation, which is the sole source due to the lack of technical data for equivalent products. This acquisition is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must ensure they are registered with SAM.gov and comply with specific packaging and delivery requirements. Quotations are due by January 30, 2026, and inquiries can be directed to Michael Fitzer at Michael.G.Fitzer@uscg.mil or Cynthia A. Matthews at cynthia.a.matthews@uscg.mil.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is preparing to solicit proposals for the supply of Defense Maritime Solutions (DMS) OEM shaft and rudder seal kits for various class vessels. This procurement is limited to the original equipment manufacturer (OEM) or its authorized distributors, who will need to provide a cover letter, past performance questionnaire, proposed technical concept, and pricing as part of their submission. These seal kits are critical components for ensuring the operational integrity and safety of maritime vessels. Interested parties can reach out to William Zittle at william.r.zittle@uscg.mil or 410-762-6485, or Mark Cap at mark.cap@uscg.mil or 206-815-1521 for further information, although no responses are required at this time.
    Request for Information (RFI) Barge Crane-Cavite City, Philippines
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is conducting a Request for Information (RFI) to identify potential vendors for a 60-ton floating crane intended for the Philippines Navy through Foreign Military Sales. The crane must be fixed to a floating barge, comply with Philippine EPA regulations, and meet specific lifting capacities from the barge, with detailed machinery and equipment requirements outlined. Interested parties are encouraged to submit their company information, technical specifications, and any relevant experience by the specified deadline to William Heller at William.J.Heller1@uscg.mil, noting that this RFI is for market research purposes only and does not constitute a solicitation for proposals.
    Request for Information about Commercially Available Helicopter Services in Alaska.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 3 Portsmouth, is seeking information regarding commercially available helicopter services in Alaska through a Request for Information (RFI). The Coast Guard requires aircraft services capable of providing unscheduled transits to and from remote, unmanned sites, with specific performance specifications including the ability to carry a minimum of 500 pounds, conduct external sling loads, and operate under daytime Visual Flight Rules. This procurement is crucial for supporting operations in Alaska, particularly during the months of April to November, with potential winter operations as weather permits. Interested vendors should submit their capabilities briefs, including company details and service descriptions, to Dr. Vaughn Hammond at vaughn.m.hammond@uscg.mil, as no solicitation currently exists and responses will inform future requirements.
    Market Research for Maritime Domain Dominance Technologies/Services for Maritime Applications
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking market research on technologies and services that can support Maritime Domain Dominance (MDD) Operational Concepts through a Request for Information (RFI). The objective is to identify available and technically ready solutions that can create a unified, real-time MDD capability, enhancing the Coast Guard's ability to detect, identify, and respond to threats along U.S. borders and maritime approaches. This initiative is crucial for improving national security by establishing a "detect-to-act" pipeline that integrates various assets and sensors, thereby enabling faster and more accurate threat detection and response. Interested parties are encouraged to submit detailed technical information by January 2, 2026, to Kiemisha Sweetney at Kiemisha.Sweetney@uscg.mil.
    Emergency Response Basic Ordering Agreement
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking sources capable of providing emergency response services through a Basic Ordering Agreement (BOA) for oil spill containment, cleanup, and mitigation across U.S. waters. The procurement aims to identify contractors who can deliver all necessary labor, materials, equipment, and supervision to effectively respond to hazardous substance incidents, with coverage extending to all U.S. territories, including Puerto Rico and Guam. This initiative is critical for maintaining environmental safety and compliance with the U.S. Coast Guard's Oil Spill Removal Organization (OSRO) Classification Program, which ensures that responders meet specific operational standards. Interested parties must submit their capability statements, including detailed company information and past performance records, to Susan B. Lawson at susan.b.lawson@uscg.mil and Axel Doody at axel.f.doody@uscg.mil by the specified deadline, as this notice serves solely for market research and does not constitute a solicitation for proposals.
    Sources Sought Notice for Re-Engining Options for HC-144B Aircraft.
    Buyer not available
    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.
    MH-65 Environmental Control System (ECS), Procurement and Sustainment; Request for Information (RFI)
    Buyer not available
    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 objective is to identify a replacement for the current vapor cycle refrigeration system that is lighter and offers greater cooling capacity, while also ensuring compatibility with existing aircraft specifications and operational requirements. The MH-65, a critical asset for search and rescue operations, requires an ECS that can maintain optimal cabin and avionics temperatures under varying environmental conditions, with specific performance objectives outlined in the accompanying documents. Interested vendors must submit their capability statements and responses to the RFI by December 19, 2025, at 12:00 PM EST, to Elaina.M.Price@uscg.mil, referencing the solicitation number 70Z03826IB0000024.
    DRYDOCK: USCGC SWORDFISH & OSPREY DD FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform drydock repairs for the USCGC SWORDFISH and USCGC OSPREY during fiscal year 2026. The procurement involves extensive maintenance and repair work, including ultrasonic testing, hull preservation, mechanical overhauls, and system upgrades, with specific performance periods set for each vessel. These repairs are critical for maintaining the operational readiness and safety of the Coast Guard's fleet. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further details, and must acknowledge receipt of the solicitation amendment by the specified deadline to ensure their offers are considered.
    Conventional Aircraft Tow Tractor
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG) Aviation Logistics Center (ALC), is conducting market research to identify potential sources for a Conventional Aircraft Tow Tractor. The tractor must meet specific requirements, including a minimum drawbar pull of 14,000 lbs, dimensions not exceeding 150 inches in length (without hitches) and 180 inches (with hitches), and a gross weight of at least 17,000 lbs, among other technical specifications outlined in the attached salient characteristics document. This equipment is crucial for the efficient handling of aircraft on the ground, ensuring operational readiness and safety at airfields. Interested vendors are encouraged to submit their capabilities, including business size and certifications, by January 5, 2026, at 5:00 P.M. Eastern Time, with responses directed to Denise Bulone at denise.j.bulone@uscg.mil, referencing the notice number 70Z03826IE0000001.