ContractCombined Synopsis/Solicitation

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

DEPARTMENT OF HOMELAND SECURITY 70Z02326R93280001
Response Deadline
Jan 15, 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 soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract aimed at providing command, control, and logistics support services for USCG missions. The contract will focus on vessel operations and logistics support across various regions, including the Caribbean Basin, Atlantic Area, Pacific Area, and Polar Regions, with a performance period from April 1, 2026, to March 31, 2031, and a cumulative ceiling of $99 million. This procurement is critical for ensuring operational readiness and support for USCG missions, requiring U.S.-built vessels that meet specific technical and operational standards. Interested parties must submit their proposals by January 15, 2026, and can direct inquiries to 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

20 Files
Draft Task Order Attachment (2) - Threshold Requirements.pdf
PDF877 KBDec 4, 2025
AI Summary
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.
Draft Task Order Attachment (1) - HSC-Ocean SOW.pdf
PDF369 KBDec 4, 2025
AI Summary
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.
Draft Task Order 1 Solicitation.pdf
PDF617 KBDec 4, 2025
AI Summary
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.
Attachment (1) Draft Solicitation.pdf
PDF636 KBDec 4, 2025
AI Summary
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).
Attachment (2) Draft Statement of Work (SOW).pdf
PDF293 KBDec 4, 2025
AI Summary
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.
RFP No. 70Z02326R93280001 (IDIQ).pdf
PDF1545 KBJan 6, 2026
AI Summary
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).
Pre-Solicitation Notice No. 70Z02326R93280001_Vendor Questions with Government Answers.pdf
PDF130 KBJan 6, 2026
AI Summary
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
1. IDIQ HSC Ocean Statement of Work (SOW).pdf
PDF154 KBDec 16, 2025
AI Summary
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.
2. IDIQ HSC Ocean Reference Documents.pdf
PDF14939 KBJan 6, 2026
AI Summary
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.
3. IDIQ (Company Name) Vessel Day Rates.xlsx
Excel13 KBDec 16, 2025
AI Summary
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.
4. IDIQ (Vessel Name) Technical Capabilities.xlsx
Excel16 KBDec 16, 2025
AI Summary
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.
RFP_ Administrative Questions and Answers.pdf
PDF81 KBDec 16, 2025
AI Summary
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.
RFP_IDIQ_Questions and Answers.pdf
PDF137 KBJan 6, 2026
AI Summary
The U.S. Coast Guard's RFP No. 70Z023226R9328001 (IDIQ) addresses key questions regarding vessel requirements for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The RFP specifies that all IDIQ Statement of Work (SOW) provisions act as baseline requirements for individual Task Orders (TOs). Foreign-flagged vessels are ineligible, and vessels must be US-built and exist at the time of proposal submission, though conversions/modifications are acceptable if they meet requirements. Homeporting can be anywhere in the U.S., with specific locations determined by TOs. There is no Arctic Class requirement for the IDIQ, but it may be added for future TOs. Required fuel grades include NATO F-76, Marine Gas Oil, ASTM D975 Grade 2 ULSD, and NATO F-44. Cranes only need to be capable of moving stores, not man-riding, and operations are expected up to sea state 3. PAMs (Portable Accommodations Modules) are the vessel company's responsibility and their costs should be priced into day rates. Subcontracted or leased US-built vessels are allowed if the prime contractor maintains full operational control. Vessels must meet all technical requirements, including a class-approved DP1 or higher system, to be eligible.
RFP_Administrative Questions and Answers rev1.pdf
PDF153 KBJan 6, 2026
AI Summary
This document provides Q&As for a new government contract, clarifying various aspects of the RFP process. Key points include confirmation that this is a new requirement with no incumbent, and the proposal due date has been extended by one week to January 15, 2026. There will be no pre-proposal conference or Q&A webinar. Offerors must submit separate proposals for the IDIQ contract and Task Order 1, with IDIQ awardees eligible to bid on all future task orders. The IDIQ does not have a maximum number of awards. Vessel day rates can vary by vessel and contract period, establishing maximum rates for task orders. Fuel will be supplied by the Coast Guard or reimbursed, and travel costs for merchant mariner crews are reimbursable. There are no security clearance requirements. The Contractor Performance Assessment Rating System (CPARS) will be the official reporting system, and the SF 1449 will serve as the contract document. IDIQ requirements flow down to task orders, and some task orders may have requirements exceeding the IDIQ baseline. GFE will not be provided. Offerors are responsible for loading/unloading containers. Vessel modifications are allowable if the offeror demonstrates the ability to meet all threshold requirements at proposal submission.
RFP No. 70Z02326R93280001 Amendment 01.pdf
PDF1347 KBJan 6, 2026
AI Summary
This amendment to Solicitation Number 70Z02326R93280001 (IDIQ) by the United States Coast Guard (USCG) extends the RFP due date to January 15, 2026, at 5:00 PM EST and incorporates other changes. The solicitation is for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract for command, control, and logistics support services for USCG missions, with an initial focus on vessel operations in the Caribbean Basin. This is an unrestricted solicitation for commercial IDIQ contracts under FAR Part 12 and FAR Subpart 16.5, with a period of performance from April 1, 2026, to March 31, 2031. The contract has a minimum guarantee of $10,000.00 per contract and a maximum ceiling of $99,000,000.00. It includes CLINs for Fixed-Price Transportation and Logistics Support Services (CLIN 0001) and Cost-Reimbursement for Consumables and Outfitting (CLIN 0002) and Travel (CLIN 0003), with overhead for CLINs 0002 and 0003 applied to CLIN 0001. Key personnel roles, contract clauses, and Homeland Security Acquisition Regulations (HSAR) clauses are also detailed, emphasizing compliance, contractor employee access, and handling of Controlled Unclassified Information (CUI).
1. IDIQ HSC Ocean Statement of Work (SOW) rev1.pdf
PDF234 KBJan 6, 2026
AI Summary
This government contract seeks transportation and logistics support for U.S. Coast Guard operations through a Time Charter Lease. The contractor must provide a U.S.-built vessel with a Certificate of Inspection-compliant crew, ensuring safe operation and an operational availability of at least 94.5%. The vessel needs to support 30 days of at-sea operations without resupply, have a 2,000 nm range, a minimum transit speed of 10 knots, and accommodate 12 Coast Guard personnel in dedicated staterooms. Key requirements include carrying four standard 20 ft IMO containers, providing 4,000 gallons of water daily, and having a 2,250 sq ft working deck with a hydraulic crane. The contractor is responsible for maintenance, security, communications, food service, sanitation, and compliance with all applicable laws and regulations. The contract outlines provisions for consumables, travel reimbursement, and a five-year period of performance, with operations spanning the Caribbean, Atlantic, Pacific, and Polar Regions.
3. IDIQ (Company Name) Vessel Day Rates rev1.xlsx
Excel13 KBJan 6, 2026
AI Summary
The document outlines a solicitation for services, identified by Solicitation Number 70Z02326R93280001, spanning five fiscal periods from April 1, 2026, to March 31, 2031. The core of this solicitation appears to involve the provision of vessels, with a section dedicated to
4. IDIQ (Vessel Name) Technical Capabilities rev1.xlsx
Excel19 KBJan 6, 2026
AI Summary
The document outlines material requirements for a vessel to support at-sea operations, likely for a government contract such as an RFP. Key requirements include the ability to operate for 30 days without resupply in Sea State 4, a range of 2,000 nm, and a transit speed of 10 knots or greater. The vessel must accommodate at least four 20 ft IMO containers, provide 2,250 sq ft of deck space, and be U.S.-built with a Certificate of Inspection-compliant crew. It needs to maintain an operational tempo of 94.5% availability, offer staterooms for 12 Coast Guard personnel, and supply 4,000 gallons of fresh water daily. Additional specifications include a hydraulic stores crane with a 5000lb working load limit, station-keeping capability up to Sea State 4, and a dedicated planning conference room for 12 workstations. The vessel must also be capable of operating in the Caribbean Basin, Gulf of America, Atlantic Area, Pacific Area, and Polar Regions.
RFP No. 70Z02326R93280001 Amendment 02.pdf
PDF1159 KBJan 6, 2026
AI Summary
Amendment 02 for Solicitation Number 70Z02326R93280001 (IDIQ) by the United States Coast Guard (USCG) outlines changes to a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract for command, control, and logistics support services. The solicitation is unrestricted, with awards made to qualified offerors. The contract 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. It includes Firm Fixed Price (CLIN 0001) for transportation and logistics, and Cost-Reimbursement (CLIN 0002 and CLIN 0003) for consumables/outfitting and travel, respectively, with overhead costs directed to CLIN 0001. The document details roles of the Contracting Officer (KO) and Contracting Officer’s Representative (COR), emphasizing the KO's sole authority for contract modifications. It also incorporates various FAR and HSAR clauses, covering topics such as whistleblower rights, System for Award Management, commercial product terms, disputes, equal opportunity for veterans and individuals with disabilities, and contractor employee access to Controlled Unclassified Information (CUI).
3. IDIQ (Company Name) Vessel Day Rates rev2.xlsx
Excel18 KBJan 6, 2026
AI Summary
The provided document, part of a federal government RFP (Solicitation Number: 70Z02326R93280001), outlines instructions for an IDIQ (Indefinite Delivery, Indefinite Quantity) Pricing Worksheet. Its main purpose is to capture day rates for proposed vessels across multiple contract periods. Offerors are required to edit green-highlighted cells, propose a minimum of two vessels, and add rows for additional vessels. The day rates must encompass all modification costs to meet IDIQ requirements, indirect costs, and profit for the entire effective period. The document explicitly states that additional burden on Consumables/Outfitting or Travel CLINs is not authorized. The pricing schedule covers five distinct periods, from April 1, 2026, to March 31, 2031.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 1, 2025
amendedAmendment #1· Description UpdatedDec 4, 2025
amendedAmendment #2Dec 10, 2025
amendedAmendment #3Dec 16, 2025
amendedAmendment #4Jan 5, 2026
amendedLatest AmendmentJan 6, 2026
deadlineResponse DeadlineJan 15, 2026
expiryArchive DateJan 30, 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