USCG TRANSPORTATION SUPPORT TO WESTERN ALASKA VILLAGES
ID: 37380PR250000035Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE KODIAK(00045)KODIAK, AK, 99619, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR CHARTER (V121)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for transportation support to Western Alaska villages, effective from June 1, 2025, to May 31, 2030. The BPA will facilitate the provision of air and water transportation services, with a focus on delivering essential supplies such as safety gear and medical equipment to remote communities. This initiative underscores the government's commitment to enhancing logistical support in underserved areas, ensuring access to vital resources. Interested vendors must submit their proposals by May 19, 2025, to both Johnathan Maro and Robbin Kessler, with all inquiries directed to Robbin Kessler by April 25, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a Blanket Purchase Agreement (BPA) concerning transportation support to Western Alaska villages. It specifies a range of services to be negotiated over five years, including hourly rates for aircraft and watercraft labor and associated costs, with a maximum threshold of $30,000 for each type of vehicle's costs in any given year. Rates are to be negotiated based on specific requirements such as trip dates, village destinations, and trip lengths, alongside other incidental costs. This initiative reflects the federal government's commitment to providing necessary logistical support to remote communities, ensuring their access to essential services. The structured approach in defining cost parameters and service expectations aims to establish clear agreements between contractors and governmental entities.
    The United States Coast Guard (USCG) Base Kodiak has established a Blanket Purchase Agreement (BPA) for transportation services from Bethel, Alaska, to Western Alaska villages, effective from June 1, 2025, to May 31, 2030. The BPA, issued under FAR 13.303, allows for firm fixed price Call Orders up to $250,000 each, with total orders not exceeding $250,000 over five years. Authorized USCG officials will administer the BPA, and technical oversight will be provided by designated representatives. Each Call Order will require a detailed work plan from the contractor, including pricing and performance standards. Contractor obligations include submitting itemized invoices via the Invoice Processing Platform, and compliance with FAR clauses regarding contractor conduct and telecommunications restrictions, particularly against using entities associated with Kaspersky Lab or those from certain foreign countries. The solicitation emphasizes the evaluation of technical capability and price, with a preference for proposals demonstrating strong compliance with the Statement of Work. Offerors must submit proposals by May 19, 2025, ensuring all requirements are met to be considered for the BPA award. Key attachments include a Statement of Work and a Price List for submission. This procurement exemplifies the government's commitment to supporting logistics in remote areas while ensuring adherence to regulatory standards.
    The document addresses responses to questions regarding a solicitation by the U.S. Coast Guard (USCG) for proposals related to transportation services. It clarifies that vendors may submit proposals for either aircraft or watercraft, but are not required to provide both. In terms of the materials to be transported via watercraft, the expected contents include safety gear, survival gear, various inspection-related items (such as forms and reference materials), communications equipment, a medical equipment backpack, and a larger case for communications gear weighing under 75 pounds. This information outlines the scope of requirements for potential vendors responding to the Request for Proposals (RFP), ensuring clarity on the nature of the service expected by the USCG, thereby facilitating informed submission from vendors. The document serves as a critical guide to ensure compliance with the outlined expectations for prospective service providers.
    The document outlines various federal and state RFPs (Requests for Proposals) and grant opportunities. It focuses on the importance of efficient resource utilization, compliance with governmental standards, and fostering innovation within eligible projects. The key ideas include the strategic allocation of funds to support community development, infrastructure enhancements, and technology implementation. Each RFP emphasizes the necessity for organizations to demonstrate their capability to fulfill project requirements while adhering to grant conditions. The document serves as a comprehensive guide for potential applicants, detailing application processes, eligibility criteria, and evaluation metrics to ensure successful proposal submissions. By encouraging public-private partnerships and community engagement, the RFPs aim to address pressing societal needs while promoting economic growth and sustainability within local contexts.
    Lifecycle
    Title
    Type
    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 seeking proposals for a Time Charter Lease to provide transportation and logistics support services. The primary objective of this procurement is to enhance USCG operations by facilitating at-sea replenishment and related logistical support, which includes food, fuel, potable water, and personnel management. This contract is crucial for maintaining operational readiness in the Caribbean Basin and Gulf of America, with a performance period consisting of a 6-month base and a 6-month option. Interested contractors should contact Justin Geisendaffer or Sara Andrukonis for further details, with a total estimated contract value of $3.6 million for both periods combined.
    Request for Information about Commercially Available Helicopter Services in Alaska.
    Homeland Security, Department Of
    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.
    Emergency Response Basic Ordering Agreement
    Homeland Security, Department Of
    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.
    Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (ICEX 2026 Operation Ice Camp Air Charter Services)
    Dept Of Defense
    The U.S. Department of Defense, through the United States Transportation Command (USTRANSCOM), is seeking proposals from qualified contractors to provide air charter services for the Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory in support of ICEX 2026 Operation Ice Camp. The procurement involves four distinct Contract Line-Item Numbers (CLINs) for various aircraft types, including ski-wheel equipped aircraft for pioneering landings, a rear-loading aircraft for personnel and cargo, and rotary-wing aircraft for helicopter services, with operations scheduled between mid-February and the end of March 2026. This opportunity is critical for facilitating Arctic operations, emphasizing the need for contractors with experience in similar environments and capabilities to meet specific technical requirements. Proposals are due by January 5, 2026, at 12:00 Noon CST, and must be submitted electronically to Brenda Marshall at brenda.l.marshall10.civ@mail.mil.
    52000QR260001486 USCGC JOHN WITHERSPOON HULL CLEANING AND ZINC RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide underwater hull inspection, cleaning, and zinc renewal services for the CGC JOHN WITHERSPOON. The procurement requires trained personnel to conduct thorough inspections and cleaning of the vessel's hull, coating system, and associated components, along with the replacement of zinc anodes, including 12 additional stern tube zincs not covered in standard procedures. This maintenance is critical for ensuring the operational readiness and longevity of the vessel and is scheduled to take place between February 10 and March 10, 2026, at USCG Base Ketchikan, Alaska. Interested vendors must submit their quotes by January 8, 2025, and can reach out to the primary contacts, Timothy Ford and Joshua Miller, via email for further inquiries.
    DHS Medical Supplies BPA Modification
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.
    General Freight and Trucking
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for general freight and trucking services. This procurement aims to streamline the acquisition of transportation services necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate efficient procurement processes, allowing for multiple awards to qualified vendors, with individual call orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statement and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    USCGC REEF SHARK DD FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC REEF SHARK (WPB 87371), which is homeported in Auke Bay, Alaska. The procurement involves extensive repair work, including hull plating preservation, tank cleaning, engine realignment, and various mechanical and structural repairs, with an anticipated performance period of 92 days from June 2 to September 2, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit detailed information, including business size and past performance, by November 5, 2025, and must be registered in SAM to participate. For further inquiries, contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil.
    Recreational Boat Testing Program and Database Service Support
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified sources to provide technical and management services for its Recreational Boat Testing and Compliance Program (RBTCP). The contractor will be responsible for operating and maintaining the Recreational Boating Safety Database (RBSDB), conducting inspections and testing for compliance with federal safety requirements for recreational boats and marine equipment, and managing various outreach initiatives. This program is crucial for ensuring the safety of recreational boating and involves a significant number of inspections and testing activities annually. Interested parties should note that responses to the sources sought notice are due by December 22, 2025, and the anticipated contract will be a Firm Fixed Price agreement with a base period of 12 months and four option periods, starting in June 2026. For further inquiries, potential bidders can contact Jesse L. Womack at Jesse.L.Womack@uscg.mil or William Hillyer at William.k.Hillyer@uscg.mil.
    FLEXIBLE COUPLING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of flexible couplings and drive shaft kits essential for the maintenance of 45’ RBM assets. The solicitation, identified by number 70Z04026Q50472B00, emphasizes the need for specific brand-name components due to their unique compatibility requirements, as indicated by the Justification for Other Than Full and Open Competition. The selected vendor will be responsible for delivering 50 flexible couplings and 20 drive shaft kits, with a required delivery date on or before March 8, 2026, to the Coast Guard's Surface Forces Logistics Center in Baltimore, Maryland. Interested vendors must ensure they are registered in SAM.gov and submit their quotations to Yannick Kassi by September 5, 2025, to be considered for this opportunity.