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 a potential future acquisition of up to seven Homeland Security Cutter – Light Icebreaker (HSC-L) vessels. This RFI seeks industry feedback to inform the acquisition strategy and solicitation development for recapitalizing the USCG's light icebreaking capability in the Northeast. Responses are due April 10, 2026.
Purpose & Scope
The USCG intends to acquire new HSC-L vessels to replace its aging 65-ft WYTL class icebreakers. The future contract will involve maturing a Government-provided Contract Design (CD) baseline into a production-ready design, followed by production engineering, construction, testing, and delivery of up to seven vessels. The primary capability is icebreaking, with secondary capabilities including aids to navigation, buoy maintenance, lift, escort, command and control, communications, sensor employment, and search and rescue.
Feedback Requested
The USCG specifically requests industry input on:
- Draft Statement of Work (SOW) and Draft Specification (SPEC).
- Contract Design (CD) artifacts.
- Production feasibility, industrial base considerations, and execution approach.
- Program risks, including cost and schedule drivers.
- A high-level solicitation approach, including a potential two-phase advisory down-select process.
The objective is to improve requirement clarity, validate design maturity, and ensure the future solicitation reflects realistic, executable requirements aligned with industry capability.
Anticipated Acquisition Strategy (from Draft Documents)
The Government anticipates a potential contract award in late 2026, likely utilizing FAR Part 12 and FAR Part 15. The future solicitation may involve a two-phase advisory down-select process:
- Phase I Evaluation: Focus on Production Capability and Past Performance.
- Phase II Evaluation: Focus on Design and Production Approach and Price. Evaluation will be a best-value tradeoff, with non-price factors combined being significantly more important than price, though price importance increases as non-price factors become more equal.
Submission & Deadline
Responses are required in two parts: a PDF narrative (maximum 10 pages) and an Excel comment matrix. Responses are due no later than April 10, 2026, at 2:00 PM Eastern Time.
Additional Notes
This RFI is for information and planning purposes only and does not constitute a solicitation or commitment to award a contract.