Helo Hoisting for various locations

SOL #: 70Z08426QDL930003Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
LOG-9
NORFOLK, VA, 23510, United States

Place of Performance

Norfolk, VA

NAICS

Other Support Activities for Water Transportation (488390)

PSC

Vessel Towing Service (V125)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 15, 2026
2
Last Updated
Feb 3, 2026
3
Submission Deadline
Feb 18, 2026, 5:00 PM

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), Operational Logistics Command (LOG-93), is soliciting proposals for Helo Hoist Vessel Support Services at various nationwide locations. This is a Combined Synopsis/Solicitation for commercial services, structured as an un-priced Blanket Purchase Agreement (BPA). The purpose is to provide vessel and personnel support for USCG Air Stations' aviation training, including helicopter hoisting, weapons training, and fixed-wing aerial delivery evolutions. Proposals are due February 18, 2026, by 12:00 PM EST.

Scope of Work

Contractors will provide and operate vessels, along with all necessary personnel, labor, materials, fuel, and equipment, to support USCG aviation training. Services are required at Air Stations across multiple states including Alaska, Oregon, Hawaii, Texas, Louisiana, Puerto Rico, Florida, New Jersey, and Michigan. Specific tasks involve underway and dead-in-the-water hoisting, swimmer operations, and helicopter approaches to water. Vessels must meet specific characteristics (e.g., 34-80 ft length, min 9 ft beam, min 50-64 sq ft clear aft deck, 10-knot transit speed) and be equipped with required safety and communication gear. Personnel must be U.S. citizens/legal residents, 18+, English fluent, with USCG licensed captains and rescue-trained crew.

Contract Details

This is a Firm Fixed-Price requirement under an un-priced BPA, established under FAR 13.303 for simplified acquisition. The Period of Performance is five years, comprising a 12-month Base Period (April 1, 2026 - March 31, 2027) and four 12-month Option Periods. Funds will be obligated via individual Call Orders, with each Call Order not exceeding $9 million. Pricing for Call Orders will be determined, evaluated, and negotiated at that level, based on hourly and overtime rates provided in the updated Schedule of Services. The BPA may result in a single or multiple awards.

Set-Aside & NAICS

This acquisition is a Total Small Business Set-Aside (FAR 19.5). The applicable NAICS code is 488390 (Vessel Towing Service) with a size standard of $47 Million.

Evaluation Factors

Award will be based on a Lowest Priced Technically Acceptable (LPTA) methodology. Evaluation factors include Technical Capability, Past Performance, and Price. Offerors must provide past performance information for at least two relevant contracts completed within the last three years. Past Performance Questionnaires (PPQs) must be completed by references and submitted directly to the Contract Specialist by February 6, 2026, 12:00 PM EST. USCG-inspected vessels with a valid Certificate of Inspection (COI) are required for safety-critical operations, and vessel inspection status will be considered during technical evaluation.

Submission Requirements & Key Dates

Offerors must read the entire solicitation, including all attachments, and acknowledge all amendments. All required documents and information must be submitted by the deadline.

  • Questions Due: January 26, 2026, 5:00 PM EST (submit in writing to tyrone.minnifield2@uscg.mil).
  • Past Performance Questionnaires (PPQs) Due: February 6, 2026, 12:00 PM EST (submitted by references).
  • Proposals Due: February 18, 2026, 12:00 PM EST. Submit quotes and documentation to Contract Specialist Tyrone Minnifield at tyrone.minnifield2@uscg.mil. Wage Determinations for various locations are provided and must be adhered to for labor costs.

Contacts

People

Points of Contact

Tyrone MinnifieldPRIMARY
Tina FordSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Feb 3, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Jan 28, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 15, 2026
View
Helo Hoisting for various locations | GovScope