Evaluate Vessel Security Plans for USCG Maritime Safety Center
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Coast Guard (USCG) has published a Justification for Exception to Fair Opportunity for technical services to evaluate Vessel Security Plans (VSP) and Piracy Annexes (PA), and validate participation in Alternative Security Programs (ASP) for its Marine Safety Center (MSC). This action justifies a sole-source follow-on task order under an existing indefinite-delivery indefinite-quantity (IDIQ) vehicle, citing economy and efficiency. The period of performance is anticipated to begin April 6, 2026.
Purpose & Scope
This requirement supports the USCG's mandate under the Maritime Transportation Security Act of 2002 (MTSA) to ensure maritime security. The contractor will provide essential technical services for the review and approval of VSPs and PAs, and the validation of ASP participation. This involves processing approximately 60 submittals per month (720 annually), covering an estimated 11,000 vessels that require VSPs or ASP participation.
Contract Details
- Type: Justification for Sole-Source Follow-On Task Order (under existing IDIQ)
- Agency: Department of Homeland Security / US Coast Guard
- Office: HQ CONTRACT OPERATIONS (CG-912)
- Place of Performance: Washington, DC, United States
- Period of Performance: Base period of 12 months (04/06/26 - 04/05/27), plus three option periods (5, 4, and 3 months respectively).
- Set-Aside: Not applicable (Sole-Source Justification)
- Product Service Code: R408 - Program Management/Support Services
Rationale for Sole Source
The justification is based on FAR 16.505(b)(2)(i)(C), citing the action as a logical follow-on to a previous order where fair opportunity was given. The USCG emphasizes the need for economy and efficiency, avoiding service gaps during an organizational transition and redefinition of requirements. A sole-source award is deemed necessary to prevent prohibitive start-up, transition, and training costs associated with re-competition, leveraging the incumbent contractor's in-depth knowledge for operational continuity and uninterrupted service to the mariner community.
Future Competition
The USCG plans to publish a DHS Acquisition Planning Forecast System (APFS) Record for future procurements once new requirements are finalized, indicating an intent for subsequent competition after this justified period.
Contact Information
- Primary: Alan Boucher, Alan.C.Boucher@uscg.mil, 571-607-3000
- Secondary: Terry Newton, Terry.L.Newton@uscg.mil