Pre-Solicitation Notice - Homeland Security Cutter - Light (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) has issued a Pre-Solicitation Notice for the Homeland Security Cutter - Light (HSC-L) program. This initiative seeks to acquire multi-mission vessels for icebreaking, aids to navigation, waterways management, and other Coast Guard missions. The anticipated acquisition will result in a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract and is planned as a Total Small Business Set-Aside under NAICS 336611. The solicitation is anticipated to be released on or about May 2026.
Scope of Work
The contract scope includes, but is not limited to:
- Design maturation and production-ready design development
- Production engineering and planning
- Vessel construction and systems integration
- Long lead time material management
- Testing, trials, inspection, and delivery
- Technical data and associated deliverables
- Training, spares, and logistics support
- Associated lifecycle support services
Contract & Timeline
- Type: Single-award Indefinite Delivery/Indefinite Quantity (IDIQ)
- Acquisition Method: Federal Acquisition Regulation (FAR) Part 12 (Commercial Products/Services) in conjunction with FAR Part 15 (Contracting by Negotiation)
- Set-Aside: Total Small Business Set-Aside (NAICS 336611)
- Anticipated Solicitation Release: On or about May 2026
- Published Date: May 7, 2026
Evaluation
The Government anticipates utilizing a phased advisory down-select evaluation methodology. This process will focus on production capability, past performance, design maturity, schedule realism, and overall execution confidence to support an efficient best-value tradeoff.
Additional Notes
This notice is for informational and planning purposes only and does not constitute a solicitation. Interested parties are responsible for monitoring SAM.gov for updates, amendments, and additional information regarding this acquisition. The Government is not responsible for any costs incurred in response to this notice.