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 seeking proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for its missions. The contract will require the contractor to supply a U.S.-built vessel with specific operational capabilities, including a 2,000 nautical mile range and the ability to accommodate 12 Coast Guard personnel, while performing operations primarily in the Caribbean Basin and other designated areas. This procurement is crucial for ensuring effective logistics and transportation support for USCG operations, with a total funding ceiling of $99 million over a five-year period, starting from April 1, 2026, to March 31, 2031. Interested parties can reach out to primary contact Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or secondary contact Sara Andrukonis at sara.k.andrukonis@uscg.mil for further details.

    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.
    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).
    Similar Opportunities
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Buyer not available
    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 support, ensuring effective execution of missions both underway and in-port. 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.
    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 as part of a combined award for fiscal year 2026. The procurement includes extensive maintenance and repair work, such as ultrasonic testing of hull plating, preservation of underwater bodies, and mechanical overhauls, with specific performance periods set for each vessel: March 26, 2026, to May 19, 2026, for the SWORDFISH and September 15, 2026, to November 17, 2026, for the OSPREY. This opportunity is critical for maintaining the operational readiness and safety of the Coast Guard's fleet, ensuring compliance with environmental and safety standards. Interested contractors should contact Taylor Cregan at Taylor.S.Cregan@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil, with offers due by December 16, 2025, following the amendments to the solicitation.
    USCGC GEORGE COBB DS FY 26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide ship repair and drydock services for the USCGC GEORGE COBB (WLM 564) during its FY 2026 dockside availability. The procurement involves a Firm Fixed Price Definitive Contract for various maintenance tasks, including fire prevention, inspection and servicing of hydraulic and mechanical systems, and cleaning of exhaust piping, among others. This contract is critical for maintaining the operational readiness of the vessel, which is homeported in Coast Guard District 11 in California. Proposals are due by January 9, 2026, and interested parties should direct inquiries to Ou Saephanh or Sandra Martinez via email, ensuring compliance with submission guidelines and deadlines outlined in the solicitation documents.
    J&A FY23 USCGC HAMILTON and WAESCHE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the Justification and Approval (J&A) related to the FY23 maintenance of the USCGC HAMILTON and WAESCHE. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of the Coast Guard's fleet. The selected contractor will be responsible for ensuring that these vessels are properly serviced and repaired to meet the Coast Guard's stringent operational standards. Interested parties can reach out to LaToya Sorrell at Latoya.N.Sorrell@uscg.mil or by phone at 757-628-4644, or Shaun I. Squyres at Shaun.I.Squyres@uscg.mil or 757-441-7036 for further details.
    DRYDOCK: USCGC SEA HORSE DD FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC SEA HORSE (WPB-87361) scheduled for fiscal year 2026. The procurement involves comprehensive maintenance tasks, including hull preservation, propulsion system maintenance, and electrical inspections, with a total of 48 specific work items outlined in the solicitation. These repairs are critical for ensuring the operational readiness and safety of the vessel, which plays a vital role in the Coast Guard's mission. Interested small businesses must submit their offers by December 15, 2025, and can direct inquiries to Maggie Trader at Maggie.L.Trader@uscg.mil or LaToya Sorrell at Latoya.N.Sorrell@uscg.mil for further information.
    USCGC MALLET (WLIC 75304) Dry Dock Availability (FY25) FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the dry dock availability of the USCGC MALLET (WLIC 75304) during Fiscal Year 2026. The procurement involves comprehensive drydock repairs, including hull preservation, inspection and overhaul of propulsion components, and various structural and mechanical repairs, with a focus on ensuring compliance with Coast Guard standards. This opportunity is critical for maintaining the operational readiness of the vessel and is set aside for small businesses, with a contract type of Single Award Firm-Fixed Price. Interested parties must submit their proposals by 8 AM EST on December 10, 2025, and can direct inquiries to Jerrod Gonzales at jerrod.a.gonzales@uscg.mil or Sandra Martinez at sandra.a.martinez@uscg.mil.
    USCGC Kathleen Moore DS FY26
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs on the USCGC Kathleen Moore (WPC-154) for fiscal year 2026. The procurement includes essential repair tasks such as renewing grey water piping and resealing interior wet deck coverings, with a focus on compliance with Coast Guard specifications and environmental regulations. This contract is particularly significant as it is set aside for small businesses, including Women-Owned Small Businesses, and emphasizes the importance of maintaining the operational readiness of the vessel. Interested parties should direct inquiries to Maryjean Falkenstein at maryjean.e.falkenstein@uscg.mil or Jaime R. Smith at Jaime.R.Smith@uscg.mil, with proposals due by December 15, 2025.
    USCGC ALERT Drydock Repairs FY2026
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the drydock repairs of the USCGC ALERT (WMEC-630) scheduled for Fiscal Year 2026. The procurement involves extensive maintenance and repair work, including hull preservation, propulsion system overhaul, and various structural and piping renewals, with a performance period from February 16, 2026, to April 26, 2026. This contract is crucial for ensuring the vessel's operational readiness and structural integrity, adhering to Coast Guard standards and specifications. Interested parties should direct inquiries to Contract Specialists Matthew R. Stansberry at matthew.r.stansberry2@uscg.mil or Chelsea Clark at Chelsea.Clark@uscg.mil, and note that the closing date for offers has been extended to December 10, 2025.
    USCGC HAWK (WPB-87355) DRY-DOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors capable of performing dry-dock repairs on the USCGC HAWK (WPB-87355) as part of a Sources Sought Notice. The procurement aims to identify potential sources for extensive repairs, including hull, propulsion, electrical, and various system preservation, with a total of 47 work items to be addressed over a firm-fixed price contract lasting 91 calendar days, from May 26, 2026, to August 25, 2026, at the contractor's facility in Galveston, Texas. This opportunity is crucial for maintaining the operational readiness of the vessel, which plays a vital role in the Coast Guard's mission. Interested parties must submit their qualifications, including company details and past performance evidence, by November 25, 2025, and should contact Michael Farris or Jaime R. Smith for further information.
    USCGC SAILFISH (WPB-87356) DRYDOCK REPAIRS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for drydock repairs to the USCGC SAILFISH (WPB-87356) for Fiscal Year 2026. The scope of work encompasses 41 detailed tasks, including hull plating preservation, tank cleaning and inspection, engine realignment, and various electrical and mechanical repairs. This procurement 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 capabilities, business size, small business certifications, and past performance information by December 10, 2025, at 3:00 PM EST, to the designated email contacts provided in the notice.