Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
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), under the Department of Homeland Security, is soliciting proposals for a Time Charter Lease for Transportation and Logistics Support to enhance USCG operations. This is Task Order 1 issued concurrently with the HSC-Ocean IDIQ RFP No. 70Z02326R93280001. The services will assist USCG personnel both underway and in-port in the Caribbean Basin, Gulf of America, and surrounding areas.
Proposals are due January 27, 2026, at 10:00 AM EST.
Opportunity Overview
This solicitation seeks to procure transportation and logistics support services via a Time Charter Lease. It is a new requirement with no incumbent contractor. Offerors must submit separate proposals for the overarching HSC-Ocean IDIQ contract and for this initial Task Order 1. Award of Task Order 1 is contingent upon receiving an IDIQ contract award. Only one proposal for a single vessel is permitted for this initial Task Order.
Scope of Work
The contractor will operate and maintain a vessel, providing comprehensive logistics and transportation services. Key services include:
- At-sea replenishment (food, fuel, potable water, laundry, personnel).
- Routine crew swaps on a four-week periodicity.
- Refueling at sea services.
- Transportation and storage of persons and goods.
- Equipping, supplying, stowing, maintaining, and arranging for repairs of the vessel.
- Operating vessel systems for propulsion, navigation, maneuvering, deck operations, and services.
- Providing comprehensive training sessions on safety procedures and emergency protocols.
Key Requirements
The vessel must be a Subchapter I vessel with a USCG Certificate of Inspection (COI) endorsed for carrying limited quantities of flammable or combustible liquid cargo in bulk, with double-hull construction for fuel tanks. Fuel carried as cargo shall not exceed 20% of the vessel's deadweight tonnage. Services must be available within 30 days of contract award. Specific capacities include:
- Fuel Transfer: 100-250 GPM refueling system with specific hose/fittings.
- Storage: 600 cu ft dry stores, 600 cu ft refrigerated, 300 cu ft frozen, 12,000 gal potable water.
- Deck Space: At least 800 sq ft of contiguous dry deck space aft of the pilot house.
- Berthing: For 12 Coast Guard personnel (4 single, 4 double staterooms).
- Workspaces: Operations and Communications Center, 10'x16' small arms storage/workspace with hazardous material locker, ordnance storage with a Ready Service Locker (RSL) (11'x9'x9' or equivalent, no dimension less than 7ft, secured, not visible externally, with alarms/monitors).
- Medical: Dedicated medical space with specified equipment. The base of operation will be in the Gulf of America or District Southeast area.
Contract Details
- Contract Type: Hybrid Firm Fixed Price (FFP) for vessel charter (CLIN 001) and Cost-Reimbursement (CR) for consumables/outfitting (CLIN 002, NTE $1,400,000 per period) and travel (CLIN 003, NTE $400,000 per period).
- Period of Performance: A 6-month base period followed by a 6-month option period.
- Estimated Value: Total estimated price for the Task Order is $3,600,000.00 (Base and Option Periods).
- Product/Service Code: V124 (Marine Charter For Things).
- NAICS Code: 483111 (Deep Sea Freight Transportation).
Eligibility & Set-Aside
This opportunity is Unrestricted but is open only to existing HSC Indefinite Delivery Indefinite Quantity (IDIQ) awardees. Offerors must have an active Federal Government contracts registration in SAM.gov. No security clearance is required.
Submission & Evaluation
- Proposal Due Date: January 27, 2026, at 10:00 AM EST.
- Submission Method: Electronically via email to the Contract Specialist and Contracting Officer.
- Evaluation Factors: Proposals will be evaluated on Threshold Requirements (Acceptable/Unacceptable), Technical Capabilities (more important than Price), and Price. Award will be made based on a best value tradeoff.
- Proposal Limits: Technical Capabilities proposals are limited to 10 pages.
Important Notes
Costs for necessary vessel conversions or modifications to meet Task Order requirements can be included as an additional expense on CLIN X002. No additional burden will be accepted on Consumables/Outfitting or Travel CLINs. Offerors are responsible for monitoring SAM.gov for all updates and must acknowledge receipt of Amendment 02.