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), 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
- Contract Specialist: Tyrone Minnifield (Tyrone.Minnifield2@uscg.mil, 206-815-3300)
- Contracting Officer: Tina Ford (tina.m.ford@uscg.mil)