Helo Hoisting for various locations
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), through its Operational Logistics Command (LOG-9), is soliciting proposals for Helo Hoist Vessel support services for aviation training at various Air Stations nationwide. This is a Total Small Business Set-Aside combined synopsis/solicitation for a Firm Fixed Price Blanket Purchase Agreement (BPA). Proposals will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis. Offers are due by February 6, 2026, 12:00 PM EST.
Scope of Work
The contractor will provide and operate vessels, along with all necessary personnel, labor, materials, fuel, and equipment, to support USCG aviation training programs. This includes helicopter hoisting, helicopter weapons training (Airborne Use of Force), and fixed-wing aerial delivery evolutions. Services will be required at USCG Air Stations across multiple locations, including Alaska, Florida, Georgia, Hawaii, Louisiana, Michigan, New Jersey, Oregon, Puerto Rico, and Texas. Specific tasks involve underway and dead-in-the-water hoisting, swimmer operations, and helicopter approaches to water.
Vessel and Personnel Requirements
Vessels must meet detailed specifications, including a length of 34-80 feet, a minimum 9-foot beam, and a clear aft deck of 50-64 sq ft. They must be maneuverable under rotor downwash, capable of recovering up to 8 people from water, and equipped with essential navigation and communication gear (e.g., radar, GPS, VHF-FM radio, static dissipation means). Personnel must be U.S. citizens or legal residents, at least 18 years old, fluent in English, and include a USCG licensed Captain. Background investigations are required for all personnel.
Contract & Timeline
- Contract Type: Firm Fixed Price Blanket Purchase Agreement (BPA) under FAR Part 12 and 13.303.
- Duration: A five-year period, consisting of a 12-month Base Period (April 1, 2026 - March 31, 2027) and four 12-month Option Periods.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 488390, with a size standard of $47 Million.
- Pricing: This is an un-priced BPA; funds will be obligated via individual Call Orders, with each Call Order not exceeding $9 Million.
- Service Contract Labor Standards: Apply, with specific wage determinations provided for various locations.
- Questions Due: January 26, 2026, 5:00 PM EST.
- Proposals Due: February 6, 2026, 12:00 PM EST.
Evaluation Factors
Award will be based on the Lowest Priced Technically Acceptable (LPTA) methodology. Evaluation factors include:
- Technical Capability
- Past Performance: Offerors must provide information for at least two relevant contracts completed within the last three years. References are required to submit Past Performance Questionnaires (PPQs) directly to the Contract Specialist by the proposal due date.
- Price
Submission & Contact
Offers, including all required documentation, must be submitted via email to Contract Specialist Tyrone Minnifield at tyrone.minnifield2@uscg.mil. The Contracting Officer is Tina Ford.