ContractCombined Synopsis/Solicitation

Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)

DEPARTMENT OF HOMELAND SECURITY 70Z02326R93280002
Response Deadline
Jan 27, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services. The objective of this procurement is to enhance USCG operations both underway and in-port, enabling personnel to effectively execute their missions in the Caribbean Basin and Gulf of America. This task order is critical for ensuring the timely and efficient delivery of supplies and personnel, which is vital for the Coast Guard's operational readiness. Interested contractors must submit their proposals by January 27, 2026, with a total estimated funding of $1,800,000 for the six-month base period and an additional six-month option period. For further inquiries, contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or Sara Andrukonis at sara.k.andrukonis@uscg.mil.

Classification Codes

NAICS Code
483111
Deep Sea Freight Transportation
PSC Code
V124
TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MARINE CHARTER

Solicitation Documents

15 Files
RFP No. 70Z02326R93280002 (TO 1).pdf
PDF1111 KBJan 23, 2026
AI Summary
The United States Coast Guard (USCG) is issuing an initial task order, 70Z02326R93280002, under its Homeland Security Cutter (HSC)-Ocean IDIQ contract for Command, Control, and Logistics Support Services. This unrestricted, hybrid Firm Fixed Price (FFP) and Cost-Reimbursement (CR) task order, with NAICS code 483111 (Deep Sea Freight Transportation) and PSC V124 (Marine Charter), focuses on vessel operations, maintenance, and logistics support in the Caribbean Basin. It includes a 6-month base period and a 6-month option period, with specific CLINs for Transportation and Logistics Support Services (FFP), Consumables and Outfitting (CR, NTE $1,400,000 per period), and Travel (CR, NTE $400,000 per period). The solicitation details contractor responsibilities for post-award evaluations, task order closeout, electronic payment requests via IPP, and adherence to various FAR and HSAR clauses. Key clauses cover business ethics, preventing conflicts of interest, combating human trafficking, safeguarding Controlled Unclassified Information (CUI), privacy act training, and incident reporting for Personally Identifiable Information (PII) with associated credit monitoring requirements.
3. Task Order (Company and Vessel Name) Price.xlsx
Excel26 KBDec 16, 2025
AI Summary
The provided document outlines the pricing worksheet instructions and cost breakdown for Transportation and Logistics Support Services, structured into a base period and an option period. The workbook is used to calculate the total evaluated price, with offerors required to edit green-highlighted cells. Day Rate Pricing must include all indirect costs and profit, with no additional burden allowed on Consumables/Outfitting or Travel CLINs during execution. The base period (May 1, 2026 – October 31, 2026) and option period (November 1, 2026 – April 30, 2027) each have a total estimated cost of $1,800,000. These costs are broken down into Consumables and Outfitting ($1,400,000 FFP/CR) and Travel ($400,000 FFP/CR) per period. The total evaluated price for both periods combined is $3,600,000.
RFP_ Administrative Questions and Answers.pdf
PDF81 KBDec 16, 2025
AI Summary
This document addresses administrative questions regarding a new government Request for Proposal (RFP). It clarifies that this is a new contract requirement with no incumbent. The government will not hold a pre-proposal conference or Q&A webinar, directing offerors to RFP Section 7.1 for question submission format and Q&A period details. The proposal due date of January 8, 2026, remains unchanged, and all amendments will be posted on SAM.gov, which offerors are responsible for monitoring. There is no virtual industry day planned. The document also specifies that separate proposals are required for the IDIQ contract and Task Order 1. Eligibility for a Task Order 1 award is contingent upon receiving an IDIQ contract award; a proposal for Task Order 1 is not mandatory for IDIQ eligibility.
1. Task Order Statement of Work (SOW).pdf
PDF117 KBDec 16, 2025
AI Summary
This contract outlines the procurement of transportation and logistics support services for the U.S. Coast Guard via a Time Charter Lease. The objective is to enhance Coast Guard operations by providing at-sea replenishment (food, fuel, potable water, laundry, personnel) and related support. The contractor will operate and maintain the vessel under the guidance of a USCG Operations Manager, with the ship Master retaining command for safety. The vessel will be considered a government vessel after markings and will be based in the Gulf of America or District Southeast. Key requirements include routine crew swaps, refueling at sea, storage capacity for dry, refrigerated, and frozen goods, fuel, and potable water, and dedicated berthing for 12 Coast Guard personnel. The contractor must also provide specific government workspaces, including an Operations and Communications Center, an Armory with weapons and ordnance storage, and a Medical Space. Security measures, including a Vessel Security Plan and alarm systems for ordnance storage, are mandated. Program management includes submitting manning plans, contingency plans, quarterly status reports, monthly cost reports, and fuel inventory reports. The contract period includes a six-month base period and a six-month option period, with performance primarily in the Caribbean Basin, Gulf of America, and surrounding areas.
2. Task Order Threshold Requirements.xlsx
Excel19 KBDec 16, 2025
AI Summary
This government file outlines the threshold requirements for a proposed vessel specification, likely for a federal government Request for Proposal (RFP). Key requirements include the vessel's base of operation in the Gulf of America or District Southeast, the ability to provide services within 30 days of contract award, and capability for at-sea refueling. The vessel must also accommodate government-furnished unencrypted and encrypted information exchange systems, with specific power and cooling provisions. Furthermore, it needs to furnish a communications room with six 30A and six 20A circuits, provide a minimum of 160 sq ft storage and workspace for small arms with required security features, and include one 11' x 9' x 9' Ready Service Locker (RSL) securely installed on an internal or external deck, with doors that open freely and are not visible externally.
RFP No. 70Z02326R93280002 Amendment 02.pdf
PDF1106 KBJan 23, 2026
AI Summary
This document, Amendment 02 to Solicitation Number 70Z02326R93280002 (Task Order 1), details updates for the United States Coast Guard's Homeland Security Cutter (HSC) Command, Control, and Logistics Support Services. Key changes include extending the RFP due date from January 15, 2026, to January 27, 2026, at 10:00 AM EST. It also revises Section 7.5 PROPOSAL CONTENT, outlining specific submission requirements for the Cover Letter, Threshold Requirements (Factor 1), Technical Capabilities (Factor 2), and Price (Factor 3). The solicitation is unrestricted, open to HSC Indefinite Delivery Indefinite Quantity awardees, and will result in a hybrid Firm Fixed Price and Cost-Reimbursement task order for a 6-month base and 6-month option period. It further incorporates various FAR and HSAR clauses, emphasizing compliance with privacy, safeguarding controlled unclassified information (CUI), and incident reporting requirements.
Task Order Threshold Requirements EXAMPLE.xlsx
Excel20 KBJan 23, 2026
AI Summary
This document outlines a government contractor's capabilities to meet specific threshold requirements for a federal government Request for Proposal (RFP). The contractor, operating the M/V EXAMPLE, demonstrates its ability to provide services within the Gulf of America or District Southeast, with the vessel currently home-ported in Port Fourchon, LA. Key capabilities include availability for government service within 7 days, providing refueling at sea with a USCG COI-endorsed vessel, and exceeding power circuit requirements for communications. The contractor also details plans to convert a 216 sq ft internal compartment into a dedicated armory, exceeding the 160 sq ft requirement, and will provide a 12' x 8' x 8' CONEX box-style Ready Service Locker (RSL) secured on the main deck, meeting all specified dimensions and security considerations. These details confirm the M/V EXAMPLE's readiness and suitability for the outlined government services.
RFP_Task Order 1_Questions and Answers.pdf
PDF97 KBJan 22, 2026
AI Summary
This document contains a series of questions and answers (Q&As) related to Request for Proposal (RFP) No. 70Z02326R9328002, specifically for Task Order 1 (TO1). The Q&As address various technical specifications and requirements for a government contract, likely involving vessel operations and related logistics. Key clarifications include the ability to combine small arms workspaces and ready service lockers, the addition of an equivalency statement for ready service locker dimensions, and specific size requirements for hazardous material lockers. The document also details modifications to the Statement of Work (SOW) regarding fuel oil discharge, dry deck requirements, and vessel conversion timelines and financial accounting. Additionally, it clarifies cargo segregation, fuel transfer rates, and revisions to threshold requirements for information exchange systems and working deck area calculations. Finally, it addresses the provision of migrant inventory supply lists, which are for official use only and will be provided post-award.
RFP No. 70Z02326R93280002 Amendment 01.pdf
PDF936 KBJan 23, 2026
AI Summary
This amendment to Solicitation Number 70Z02326R93280002 (Task Order 1) for the U.S. Coast Guard's Homeland Security Cutter Command, Control, and Logistics Support Services primarily extends the RFP due date from January 8, 2026, to January 15, 2026, at 5:00 PM EST. The purpose of the initial task order is to provide vessel operations, maintenance, and logistics support in the Caribbean Basin. This is an unrestricted solicitation open only to existing HSC Indefinite Delivery Indefinite Quantity awardees, utilizing a hybrid Firm Fixed Price (FFP) and Cost-Reimbursement (CR) contract type. The document details contract line items (CLINs) for transportation, logistics, consumables, outfitting, and travel, with specific not-to-exceed ceilings for CR items. It also outlines requirements for contractor performance evaluations, task order closeout, electronic submission of payment requests via IPP, and incorporates various FAR and HSAR clauses, including those related to business ethics, combating trafficking in persons, privacy act training, contractor employee access, safeguarding controlled unclassified information (CUI), and notification/credit monitoring for personally identifiable information (PII) incidents.
1. Task Order Statement of Work (SOW) rev1.pdf
PDF163 KBJan 23, 2026
AI Summary
This contract aims to procure transportation and logistics support for the U.S. Coast Guard through a Time Charter Lease, enhancing operations both underway and in-port. The contractor will operate and maintain a vessel, providing services like at-sea replenishment (food, fuel, water, laundry, personnel) and transportation of goods and personnel. Key requirements include a Certificate of Inspection-compliant crew, refueling at sea capabilities with specific vessel certifications (Subchapter I, double-hull construction for cargo fuel), and adherence to strict transfer procedures. The vessel must also provide significant storage capacity for dry, refrigerated, and frozen stores, various fuel types (NATO F-76, MGO, ULSD), and potable water. Additionally, the contractor is responsible for crew swaps, vessel maintenance, safety training, and providing government workspaces including an Operations and Communications Center, Armory, and Medical Space, all with specific equipment and security requirements. Program management includes submitting various plans and reports, such as manning, contingency, quarterly status, monthly cost, and fuel inventory reports. The contract period includes a six-month base period and a six-month option, with performance primarily in the Caribbean Basin and Gulf of America.
2. Task Order Threshold Requirements rev1.xlsx
Excel19 KBJan 23, 2026
AI Summary
This document outlines the threshold requirements for a vessel proposed in response to a government solicitation, likely an RFP. Key requirements include the vessel's operational base in the Gulf of America or District Southeast, the ability to provide services within 30 days of contract award, and the capability for at-sea refueling. Specific equipment needs for the communications room are detailed, including six 30A and six 20A circuits. The vessel must also provide a minimum of 160 sq ft for small arms storage and workspace, equipped with alarms, monitors, and locks per regulations. Additionally, a Ready Service Locker (RSL) with specific dimensions and security features is required, with the flexibility for internal or external deck installation, ensuring discreet placement and secure restraint against vessel motions.
RFP_Task Order 1_Questions and Answers rev1.pdf
PDF99 KBJan 23, 2026
AI Summary
This document addresses 16 questions and answers (Q&As) related to RFP No. 70Z02326R9328002 (TO1) rev1, updated on January 22, 2026. The Q&As clarify various aspects of the Task Order's Statement of Work (SOW) and threshold requirements. Key clarifications include the permissibility of combining small arms workspaces and ready service lockers, the addition of an equivalency statement for ready service locker dimensions, and specific size requirements for hazardous material lockers. The document also details modifications to the SOW regarding vessel certification, dry deck requirements, and the handling of conversions/modifications for proposed vessels. It specifies refueling system capabilities, revises threshold requirements for information exchange systems, and clarifies dry deck area calculations. Additionally, the Q&As address the distribution of migrant inventory supply lists and state that each offeror is permitted to submit only one proposal with a single vessel for the initial Task Order.
3. Task Order (Company and Vessel Name) Price rev1.xlsx
Excel30 KBJan 23, 2026
AI Summary
This document outlines instructions and worksheets for calculating the total evaluated price for Transportation and Logistics Support Services task orders within a government RFP. Offerors must use the provided workbook, editing green-highlighted cells, with day rates covering all indirect costs and profit. The pricing structure includes line items for Transportation and Logistics Support Services, Consumables and Outfitting, and Travel, specifying fixed-price (FFP) and cost-reimbursement (CR) types. Ship conversion/modification costs for task order requirements can be added via a dedicated tab, increasing the 'Consumables and Outfitting' CLIN, but costs for IDIQ requirements will not be accepted. The document details pricing for both a base period (May 1, 2026 - October 31, 2026) and an option period (November 1, 2026 - April 30, 2027), each totaling $1,800,000. It emphasizes that no additional burden can be placed on Consumables/Outfitting or Travel CLINs during execution.
RFP_Task Order 1_Questions and Answers rev2.pdf
PDF101 KBJan 23, 2026
AI Summary
The document outlines Q&As for RFP No. 70Z02326R9328002 (TO1) rev2, addressing various technical and procedural questions regarding a government task order. Key clarifications include the permissibility of combining small arms workspaces and ready service lockers, the addition of an equivalency statement for locker dimensions, and specified size requirements for hazardous material lockers (minimum 3'x2'x6') which may contain flammable materials. The Task Order SOW will be amended to include vessel certification and construction language to address fuel oil discharge prohibitions. The dry deck requirement does not need to be covered overhead. The Coast Guard will not release additional technical specifications for vessel profiles. Offerors must demonstrate the ability to meet all threshold requirements at the time of proposal submission and be operational within 30 days, with conversion costs itemized under CLIN X002. There is no liquid cargo segregation requirement, and the refueling system must deliver a controllable flow rate between 100-250 GPM using a 400-foot buoyant hose with specific fittings. The Threshold Requirements spreadsheet will be revised for information exchange systems and SOW references. The contractor must stock 250% of the required Migrant Inventory Supply List, provided post-award due to
RFP_Administrative Questions and Answers rev1.pdf
PDF153 KBJan 23, 2026
AI Summary
This document contains revised Questions and Answers (Q&As) for a federal Request for Proposal (RFP) related to a new Indefinite Delivery, Indefinite Quantity (IDIQ) contract and an initial Task Order (TO) 1, updated on December 19, 2025. Key clarifications include confirmation that this is a new requirement with no incumbent, no pre-proposal conference will be held, and a one-week extension to the proposal due date (now January 15, 2026). Offerors must submit separate proposals for the IDIQ and TO 1 to be considered for both, with IDIQ award eligibility not contingent on a TO 1 proposal. The IDIQ will have no maximum number of awards, and all IDIQ awardees can bid on future Task Orders. Vessel day rates can vary by vessel and period, establishing maximum chargeable rates for Task Orders. Fuel and lubes/bunkers are reimbursable, and no security clearance is required. The Contractor Performance Assessment Rating System (CPARS) will be the official reporting system, and the SF 1449 will serve as the contract document. IDIQ Statement of Work requirements flow down to Task Orders, which may have greater requirements than the IDIQ baseline. The offeror is responsible for arranging labor for loading and unloading containers with vessel cranes, and day rates are not combined or paid at the IDIQ level without a Task Order award. Vessel modifications are allowable if the ability to meet threshold requirements at the time of proposal submission is demonstrated.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 8, 2025
amendedAmendment #1Dec 10, 2025
amendedAmendment #2Dec 16, 2025
amendedAmendment #3Jan 21, 2026
amendedAmendment #4Jan 22, 2026
amendedLatest AmendmentJan 23, 2026
deadlineResponse DeadlineJan 27, 2026
expiryArchive DateFeb 11, 2026

Agency Information

Department
DEPARTMENT OF HOMELAND SECURITY
Sub-Tier
US COAST GUARD
Office
HQ CONTRACT OPERATIONS (CG-912)(000

Point of Contact

Name
Justin Geisendaffer

Official Sources