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), under the Department of Homeland Security, is soliciting proposals for Helo Hoist Vessel support services for various locations nationwide. This is a Total Small Business Set-Aside opportunity, seeking to establish an unpriced Blanket Purchase Agreement (BPA) for aviation training support. The latest amendment provides crucial Questions and Answers and an updated Schedule of Services. Proposals are due by February 6, 2026, at 12:00 PM EST.
Scope of Work
This requirement involves providing and operating vessels and personnel to support USCG Air Stations nationwide for aviation training. This includes helicopter hoisting (underway and dead-in-the-water), helicopter weapons training (Airborne Use of Force), fixed-wing aerial delivery evolutions, and swimmer operations. Services will be required at various USCG Air Stations across Alaska, Oregon, Hawaii, Texas, Louisiana, Puerto Rico, Florida, New Jersey, and Michigan. Vessels must meet specific characteristics, including length (34-80 ft), beam (min 9 ft), draft (min 3 ft, max 4.25 ft), and maneuverability under rotor downwash. Personnel must be U.S. citizens or legal residents, with captains licensed for uninspected passenger vessels.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation for Commercial Services (FAR Part 12)
- Contract Type: Unpriced Blanket Purchase Agreement (BPA). Funds will be obligated via individual Call Orders, with pricing determined and negotiated at the Call Order level, not exceeding $9M per Call Order.
- Duration: Five years, 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 (FAR 19.5)
- NAICS Code: 488390 (Size Standard: $47 Million)
- Place of Performance: Various USCG Air Stations nationwide, including Norfolk, VA, and locations such as Astoria, Atlantic City, Barbers Point, Borinquen, Clearwater, Corpus Christi, Houston, Kodiak, Miami, New Orleans, Savannah, Sitka, and Traverse City.
Submission & Evaluation
Offerors must submit all required documents and information as outlined in the solicitation. Evaluation will be based on Lowest Priced Technically Acceptable (LPTA), considering Technical Capability, Past Performance, and Price. While the BPA is unpriced, offerors must provide hourly and overtime rates for evaluation purposes. Past Performance Questionnaires (PPQs) are required for at least two relevant contracts completed within the last three years; these must be submitted directly by evaluators to the Contract Specialist by the response date.
Key Dates & Contacts
- Questions Due: January 26, 2026, 5:00 PM EST (submit in writing to Contract Specialist)
- Proposal Due: February 6, 2026, 12:00 PM EST
- Primary Contact: Tyrone Minnifield, Contract Specialist (Tyrone.Minnifield2@uscg.mil)
- Secondary Contact: Tina Ford, Contracting Officer (tina.m.ford@uscg.mil)
Amendments
Amendment 0001 provides responses to vendor questions and an updated Schedule of Services. Bidders must review the Q&A for clarifications on pricing and submission, and use the latest Schedule of Services for their proposals. Wage Determinations for various locations are also provided and must be adhered to for labor costs.