Homeland Security Cutter – Light Icebreaker (HSC-L)
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 United States Coast Guard (USCG) is conducting market research through this Request for Information (RFI) for the Homeland Security Cutter – Light Icebreaker (HSC-L) program. The USCG plans a potential future acquisition of up to seven HSC-L vessels to recapitalize its light icebreaking capability. This RFI seeks industry feedback on the draft design, production feasibility, and acquisition strategy. Responses are due April 14, 2026, at 5:00 PM Eastern Time.
Purpose & Scope
The USCG intends to replace its aging 65-ft WYTL class icebreakers with new HSC-L vessels. The future contract will require the selected contractor to mature a Government-provided Contract Design (CD) baseline into a production-ready design, perform production engineering, and then construct, test, and deliver up to seven HSC-L vessels. The primary capability is icebreaking, with secondary roles including aids to navigation (ATON), buoy maintenance, lift capability, vessel escort, command and control, communications, sensor employment, and search and rescue.
RFI Focus Areas
The USCG specifically requests industry input on the Draft Statement of Work (SOW), Draft Specification (SPEC), Contract Design (CD) artifacts, production feasibility, industrial base considerations, execution approach, and program risks (cost and schedule drivers). Feedback is also sought on a high-level solicitation approach, which may include a potential two-phase advisory down-select process. The objective is to improve requirement clarity, validate design maturity, and ensure future solicitations reflect realistic and executable requirements.
Potential Acquisition Strategy & Evaluation
A potential contract award is anticipated in late 2026, likely utilizing FAR Part 12 and FAR Part 15 procedures. The envisioned two-phase advisory down-select process would involve:
- Phase I: Evaluation of Production Capability and Past Performance.
- Phase II: Evaluation of Design and Production Approach, and Price. For evaluation, non-price factors (Design and Production Approach, Production Capability, Past Performance) are expected to be significantly more important than price, though price importance increases as non-price factors become more equal.
Submission Details
Responses to this RFI are due by April 14, 2026, at 5:00 PM Eastern Time. Submissions should include a PDF narrative (maximum 10 pages) and an Excel comment matrix. This RFI is for information and planning purposes only and does not constitute a solicitation or commitment to award a contract.
Key Attachments
Detailed technical documents are provided, including a Draft Statement of Work, Draft Specification, Master Equipment List, Hull Lines and Offsets, Weight Estimate, Midship Section, Decks and Bulkheads, Shell Expansion, Deckhouse Structure, Machinery Arrangement, Electrical Plant Load Analysis, and Electrical Block Diagram. These preliminary documents offer critical insights into the vessel's design, materials, systems, and structural requirements, essential for understanding the scope of work.