REQUEST FOR INFORMATION (RFI) - US Coast Guard Polar Security Cutter (PSC) Human Performance Support and Training (HPS&T) System Technical Support Services
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 a Request for Information (RFI) for Human Performance Support and Training (HPS&T) System Technical Support Services for the Polar Security Cutter (PSC). The USCG seeks qualified contractors to analyze, design, develop, implement, evaluate, and maintain a comprehensive training system for the PSC's initial crew. Responses are due by May 27, 2026, at 12:00 PM Central Time.
Scope of Work
This RFI targets capabilities for a complete training system, including creating and delivering training content for various ship systems, developing performance support tools, and managing the overall training program. Key tasks outlined in the Performance Work Statement (PWS) include:
- Task 1: Develop the Training System Development Plan (TSDP).
- Task 2: Conduct iterative analysis and design of the PSC HPS&T System.
- Task 3: Conduct iterative development of the PSC HPS&T System.
- Task 4: Conduct implementation and evaluation of the PSC HPS&T System.
- Task 5: Conduct maintenance support of the PSC HPS&T System. Training solutions must align with USCG Force Readiness Command (FORCECOM) standards, focusing on Familiarization Training (FAMT) for operator tasks and complementing OEM-provided Factory Training (FACT). Interventions may include On-the-Job Training (OJT), Structured OJT (SOJT), Instructor Led Training (ILT), Job Aids, Electronic Performance Support Systems (EPSS), Augmented Reality (AR), Virtual Reality (VR), and eLearning.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Purpose: Market research to inform acquisition strategy, identify qualified sources, explore small business set-aside potential, and identify strategic sourcing vehicles.
- Contemplated Period of Performance: Five (5) years from date of contract/order award.
- Primary Place of Performance: Contractor's facilities, with on-site support at Bollinger Mississippi Shipbuilding (BMS) in Pascagoula, MS, and potentially other Gulf Coast locations, USCG HQ (Washington, D.C.), USCG PTC (Yorktown, VA), and PSC Homeport (Seattle, WA).
- Set-Aside: The RFI seeks to determine the potential for a Total Small Business Set-Aside (NAICS Code 611430).
- Response Due: May 27, 2026, 12:00 PM Central Time.
- Published: May 12, 2026.
Response Instructions
Interested parties must email responses to anne.l.ball@uscg.mil, referencing "PSC_HPS&T_SVCS_RFI." Submissions should include:
- Company Name, UEI, CAGE Code, Address, Website.
- Socioeconomic status under NAICS Code 611430.
- Point of Contact Information.
- Strategic sourcing vehicles held (e.g., GSA MAS, OASIS+), including contract number, servicing agency, and POC.
- A Capability Statement (max 3 pages) summarizing core capabilities and experience in complex training systems (ISD, Front End Analysis, Curriculum Development).
- General comments, thoughts, or feedback (max 1 page). Do not submit cost or pricing information, classified, confidential, or sensitive information.
Additional Notes
This RFI is for market research only and is not a solicitation or request for proposals. The Government will not pay for any costs incurred in responding. Contractor personnel must be US citizens, may require a Non-Disclosure Agreement (NDA), and must comply with Section 508 requirements. Interested parties are responsible for monitoring SAM.gov for any future solicitations.