Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
ID: 70Z02326R93280001Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Deep Sea Freight Transportation (483111)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MARINE CHARTER (V124)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This contract outlines the requirements for transportation and logistics support services for U.S. Coast Guard (USCG) operations via a Time Charter Lease. The contractor will provide a U.S.-built vessel with a Certificate of Inspection-compliant crew capable of 94.5% operational tempo, 30 days endurance, a 2,000 nm range, and a transit speed of 10 knots or greater. The vessel must accommodate 12 Coast Guard personnel, carry four 20 ft IMO containers, and have a 10,000-gallon reserve fuel capacity. Key responsibilities include operating the vessel safely under USCG guidance, providing communication systems (including Starlink), and maintaining government workspaces, medical facilities, and physical training areas. The contractor is responsible for maintenance, environmental protection, compliance with all laws and treaties, and providing all consumables, including food meeting specific quality standards. The contract has five 12-month ordering periods, with performance in the Caribbean Basin, Gulf of America, Atlantic, Pacific, and Polar Regions.
    The document is not a government file but rather a technical note indicating that the PDF portfolio requires Acrobat X or Adobe Reader X, or later, for the best viewing experience. It also provides a prompt to get Adobe Reader. This document is not relevant to government RFPs, federal grants, or state/local RFPs.
    This government file, identified by solicitation number 70Z02326R93280001, outlines a five-period contract for vessel day rates. The contract spans from April 1, 2026, to March 31, 2031, with each period lasting approximately one year. The document details the start and end dates for each of the five periods, indicating a structured long-term agreement. The recurring mention of "Vessel Name" and "Day Rate Per Period" across all periods suggests that the core purpose of this solicitation is to establish pricing for various vessels on a daily basis over several years. This type of document is typical in federal government RFPs for services requiring specialized equipment like vessels, where pricing is negotiated for multi-year terms.
    This government file outlines the material requirements for a vessel, likely for a federal Request for Proposal (RFP) related to Coast Guard operations. Key requirements include a range of 2,000 nm at economic speed, transit capability of 10 knots or greater, and a minimum deck space of 2,250 sq ft. The vessel must be U.S.-built, crewed by an Inspection-compliant crew, and maintain an operational tempo (OPTEMPO) of at least 94.5%. It needs to support 12 Coast Guard personnel with specific stateroom configurations and be capable of operating in various areas like the Caribbean Basin, Gulf of America, Pacific, and Arctic. The vessel must handle four standard 20 ft ISO containers, store and deliver various grades of fuel with a 10,000-gallon reserve, and produce or store 4,000 gallons of fresh water daily. Additional specifications include a stores crane, station-keeping capability up to sea state 4 with dynamic positioning level 1, 30-day at-sea endurance without resupply, and a dedicated planning conference room.
    The United States Coast Guard (USCG) is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract for command, control, and logistics support services, with an initial focus on vessel operations in the Caribbean Basin. This unrestricted solicitation, under FAR Part 12 and FAR Subpart 16.5, has a performance period from April 1, 2026, to March 31, 2031, with a minimum guarantee of $10,000 per contract and a maximum ceiling of $99,000,000. Key clauses cover whistleblower rights, SAM registration, and equal opportunity for veterans and individuals with disabilities. The contract details specific roles for the Contracting Officer and Representatives, outlines technical instructions, and incorporates various FAR and HSAR clauses related to commercial items and safeguarding Controlled Unclassified Information (CUI).
    This document outlines a U.S. Coast Guard (USCG) Indefinite Delivery, Indefinite Quantity (IDIQ) contract for transportation and logistics support via a Time Charter Lease. The objective is to enhance USCG operations by providing a contractor-operated vessel for missions such as projecting sovereignty, border control, and maritime support. The contractor will be responsible for vessel operation and maintenance, crew management, and providing comprehensive logistics, including food, fuel, potable water, and laundry. Key requirements include a U.S.-built vessel with a Certificate of Inspection-compliant crew, 94.5% operational availability, 30-day at-sea endurance, a 2,000 nm range, 10-knot transit speed, berthing for 12 USCG personnel, and capacity for four 20 ft IMO containers. The contractor must also provide broadband internet, government workspaces, physical training facilities, medical space with an AED, and self-service laundry. The contract details specific requirements for maintenance, security, environmental protection, compliance with laws, and master and crew qualifications. Consumables, outfitting, and travel expenses are also covered, with the contract spanning five 12-month ordering periods for operations in various maritime regions.
    The United States Coast Guard (USCG) has issued Solicitation Number 70Z02326R93280002 (Task Order 1) for Homeland Security Cutter (HSC) Command, Control, and Logistics Support Services. This unrestricted solicitation, open only to existing HSC Indefinite Delivery Indefinite Quantity awardees, seeks a single hybrid task order (Firm Fixed Price and Cost-Reimbursement) for vessel operations, maintenance, and logistics in the Caribbean Basin. The contract includes a 6-month base period and a 6-month option period. Key clauses address contractor employee access and safeguarding of Controlled Unclassified Information (CUI), including Personally Identifiable Information (PII) and Sensitive Personally Identifiable Information (SPII), with strict reporting and response requirements for incidents. The solicitation also outlines payment procedures, including electronic submission via the Invoice Processing Platform (IPP), and various FAR clauses governing contract terms, disputes, and termination.
    This Task Order outlines a Time Charter lease for transportation and logistics support to the U.S. Coast Guard (USCG). The contractor will provide a vessel and crew to assist USCG operations, including at-sea replenishment (food, fuel, water, laundry, personnel), transportation, and storage of goods and personnel. Key requirements include specific storage capacities for dry, refrigerated, and frozen goods, fuel (60,000-gallon reserve), and potable water (12,000 gallons). The vessel must also provide berthing for 12 Coast Guard personnel, dedicated government workspaces (Operations/Communications Center, Armory, Medical Space), and adhere to security regulations. The contractor is responsible for vessel maintenance, crew swaps, and submitting various reports (manning plan, contingency plan, cost reports, fuel inventory). The contract includes a 6-month base period and a 6-month option period, with performance primarily in the Caribbean Basin and Gulf of America.
    The document outlines threshold requirements for a vessel proposed for government contract, focusing on operational, logistical, and technical capabilities. Key requirements include a base of operation in the Gulf of America or District Southeast, ability to provide services within 30 days of contract award, and capability for at-sea refueling. The vessel must also provide adequate space, weight, power, and cooling for government communication systems, including six 30A and six 20A circuits in the communications room. Furthermore, it needs a minimum of 160 sq ft for small arms storage with security features and an 11' x 9' x 9' Ready Service Locker, secured and not visible from outside. These specifications ensure the vessel can support critical government and military operations effectively.
    This pre-solicitation notice, ID 70Z02326R93280001, addresses vendor questions and government answers for the HSC-Ocean IDIQ. Key clarifications include requirements for vessels to carry fuels in compliance with commercial standards, the need for 10,000-lb deck crane capacity under dynamic offshore conditions for resupply at sea, and the non-requirement of Polar or Ice Class notations unless specified in future Task Orders. Crew swap locations will vary, with associated travel costs reimbursed. Contractors must comply with maritime security regulations (33 CFR Part 104), without government-furnished equipment for AT/FP. Potable water and endurance requirements are detailed in the SOW, with capacity subject to future Task Orders. Berthing arrangements must support mixed-gender crews with lockable heads, and while Wi-Fi is acceptable for workspaces, other connectivity will be Task Order-specific. Vessels must hold four 20-foot IMO storage containers, with self-loading capability specified at the Task Order level. Fuel grades are specified, with a minimum of 10,000 additional gallons for refueling other vessels at sea. Material handling operations include underway replenishment and transferring supplies. Vessels must be certificated under 46 CFR Subchapter I. Communications will use virtual desktop connections via Wi-Fi, with SIPRNet laptops potentially required. Sign-in logs refer to embarkation/disembarkation, and markings are limited to
    The United States Coast Guard (USCG) is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract, solicitation number 70Z02326R93280001, to provide command, control, and logistics support services for its missions. This unrestricted solicitation, operating under FAR Part 12 and FAR Subpart 16.5, seeks proposals from all responsible sources for a contract period from April 1, 2026, to March 31, 2031. The MA IDIQ has a minimum guarantee of $10,000 per contract and a maximum ceiling of $99,000,000. The initial task order will focus on vessel operations, maintenance, and logistics support in the Caribbean Basin. Contract Line Items (CLINs) include Firm Fixed Price (FFP) for transportation and logistics support (CLIN 0001) and Cost-Reimbursement (CR) for consumables, outfitting (CLIN 0002), and travel (CLIN 0003). The document outlines roles of government personnel, technical instruction protocols, and incorporates various FAR and HSAR clauses related to commercial items, contractor ethics, whistleblower rights, SAM registration, payment, disputes, and access to Controlled Unclassified Information (CUI).
    This document addresses frequently asked questions regarding a new government Request for Proposal (RFP) issued on December 16, 2025. Key points clarify that this is a new requirement with no incumbent, and the government will not hold a pre-proposal conference or Q&A webinar. Offerors must refer to RFP Section 7.1 for question submission format and the Q&A period. The proposal due date remains January 8, 2026, with all amendments posted on SAM.gov. Crucially, offerors must submit two separate proposals to be considered for both the Indefinite Delivery/Indefinite Quantity (IDIQ) contract and Task Order 1; eligibility for Task Order 1 is contingent upon receiving an IDIQ contract award.
    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 essential for enhancing USCG operations. The objective of this procurement is to facilitate effective execution of USCG missions by supplying at-sea replenishment and related support, with the contractor responsible for operating and maintaining the vessel under USCG oversight. This opportunity is critical for ensuring operational readiness in the Caribbean Basin and Gulf of America, with a contract period consisting of a 6-month base and a 6-month option. Interested parties should direct inquiries to Justin Geisendaffer or Sara Andrukonis via email, and proposals are due by January 8, 2026, with a total estimated contract value of $3.6 million for both periods.
    Defense Maritime Solutions - Wartsila Shaft & Rudder Seal Kits for Various Class Vessel's across Coast Guard
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the procurement of Defense Maritime Solutions (DMS) Shaft & Rudder Seal Kits for various class vessels. This requirement entails a five-year contract with Firm-Fixed Price Delivery Orders, focusing exclusively on brand-name OEM parts from DMS or authorized U.S. distributors, with no substitutes permitted. These seal kits are critical for the maintenance and operational readiness of the Coast Guard's cutter boats, ensuring compatibility and performance standards are met. Interested vendors must submit their proposals by February 11, 2026, and can direct inquiries to William Zittle at william.r.zittle@uscg.mil or Mark Cap at mark.cap@uscg.mil.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    USCGC ESCANABA Dockside Repairs FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to perform dockside repairs on the USCGC ESCANABA (WMEC-907) for fiscal year 2026. The scope of work includes structural, electrical, and coating preservation tasks, with specific requirements for cleaning, inspecting, and overhauling various ship components, as well as adherence to federal acquisition regulations and Coast Guard standards. This contract is crucial for maintaining the operational readiness of the vessel, ensuring compliance with safety and performance standards. Interested contractors must submit their proposals by January 13, 2026, and can contact Chelsea Clark at Chelsea.Clark@uscg.mil or Kaity George at kaity.george@uscg.mil for further information.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dockside repair services for the USCGC GEORGE COBB (WLM-564) during its fiscal year 2026 maintenance period. The procurement involves a Fixed Firm Price Definitive Contract for various repair tasks, including inspection and servicing of hydraulic and mechanical systems, fire prevention, and cleaning of exhaust piping, with a performance period from March 17 to May 5, 2026. This contract is crucial for maintaining the operational readiness of the vessel, which is homeported in Coast Guard District 11, California. Interested parties must submit their proposals via email by January 9, 2026, and can direct inquiries to Ou Saephanh or Sandra Martinez at the provided email addresses.
    USCGC MOWAWK Dockside FY26
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC MOHAWK (WMEC-913) during its fiscal year 2026 availability. The procurement involves comprehensive dockside repairs, including cleaning and inspecting various fuel and water tanks, inspecting and overhauling critical machinery, and ensuring the vessel's operational readiness. This opportunity is crucial for maintaining the operational capabilities of the 270-foot Medium Endurance Cutter, which is homeported in Key West, Florida. Interested small businesses must submit their capabilities and relevant documentation by 4:00 PM EST on January 2, 2026, to Kimberly Burtwell at kimberly.y.burtwell@uscg.mil, with the anticipated performance period spanning from August 10 to October 4, 2026.
    USCGC HERIBERTO HERNANDEZ (WPC 1114) DOCKSIDE AVAILABILITY FY2026
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking capable contractors for dockside repairs to the USCGC HERIBERTO HERNANDEZ (WPC 1114) in San Juan, Puerto Rico, scheduled for fiscal year 2026. The scope of work includes essential repairs such as topside exterior structure maintenance, bilge surface cleaning, MDE plenums paint removal, ASW piping renewal, polyethylene deck protector renewal, and interior wet deck coverings renewal, with an anticipated performance period of 30 days from July 14, 2026, to August 12, 2026. This opportunity is critical for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested companies must submit their capabilities, business size, small business certifications (if applicable), a statement of proposal submission intent, and past performance information by January 2, 2026, to the primary contact, Kurt Hoyer, at kurt.e.hoyer@uscg.mil or by phone at 304-694-3603.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    CGC VISE DRYDOCK REPAIRS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the drydock repairs of the USCGC VISE (WLIC 75305) and the USCG 68A BARGE (68012) for Fiscal Year 2026. This procurement, set aside for small businesses under NAICS Code 336611, requires contractors to provide all necessary materials, equipment, and personnel for repairs scheduled from approximately March 10, 2026, to May 19, 2026, at their shipyard. The project encompasses a comprehensive range of maintenance tasks, including hull inspections, propulsion system overhauls, and fire prevention measures, which are critical for the operational readiness of these vessels. Interested parties must submit their quotations by January 29, 2026, with questions due by January 23, 2026, and can contact Iran N. Walker at Iran.N.Walker@uscg.mil or 757-628-4563 for further information.
    CGC NORTHLAND FY26 UPDS MDE RENEWAL
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the unplanned dockside main diesel engine renewal of the CGC NORTHLAND (WMEC-904) in Portsmouth, Virginia. The procurement involves replacing the main diesel engine, a Fairbanks Morse Model 18 Cylinder ALCO 251, with a focus on ensuring compliance with various technical specifications and quality control measures. This project is critical for maintaining the operational readiness of the vessel, which plays a vital role in maritime safety and security. Interested parties must submit their offers by January 16, 2026, with the performance period scheduled from February 2, 2026, to April 27, 2026. For further inquiries, contact Monica Paul at monica.w.paul@uscg.mil or 206-815-3361.