Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)

SOL #: 70Z02326R93280002Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
HQ CONTRACT OPERATIONS (CG-912)(000
WASHINGTON, DC, 20593, United States

Place of Performance

Place of performance not available

NAICS

Deep Sea Freight Transportation (483111)

PSC

Marine Charter For Things (V124)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 8, 2025
2
Last Updated
Jan 23, 2026
3
Submission Deadline
Jan 27, 2026, 3:00 PM

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 (Task Order 1) to enhance USCG operations. This opportunity, issued concurrently with the HSC-Ocean IDIQ, requires a vessel to provide at-sea replenishment, refueling, and logistics support in the Caribbean Basin, Gulf of America, and surrounding areas. Proposals are due January 27, 2026, at 10:00 AM EST.

Purpose and Scope

This Task Order aims to procure transportation and logistics support services via a Time Charter Lease to assist USCG personnel both underway and in-port, enabling effective execution of missions. The contractor will operate and maintain a vessel, providing services such as at-sea replenishment (food, fuel, potable water, laundry, personnel), routine crew swaps, refueling at sea, and transportation/storage of persons and goods. The vessel will be considered a government vessel after markings.

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. Key capacities include:

  • Fuel: 60,000-gallon reserve, with cargo fuel not exceeding 20% of deadweight tonnage. Refueling system must deliver 100-250 GPM.
  • Stores: 600 cu ft dry, 600 cu ft refrigerated, 300 cu ft frozen.
  • Potable Water: 12,000 gallons.
  • 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/maintenance workspace with a hazardous material locker, and an ordnance storage space including a Ready Service Locker (RSL) (11'x9'x9' or equivalent).
  • Operational Readiness: Services must be operational within 30 days of contract award.

Contract Details & Eligibility

  • Contract Type: Hybrid Firm Fixed Price (FFP) for vessel charter (CLIN 001) and Cost-Reimbursement (CR) for consumables/outfitting (CLIN 002, NTE $1.4M) and travel (CLIN 003, NTE $400K).
  • Period of Performance: 6-month base period with one 6-month option period.
  • Set-Aside: Unrestricted, but open only to HSC Indefinite Delivery Indefinite Quantity (IDIQ) awardees.
  • NAICS Code: 483111 (Deep Sea Freight Transportation).
  • PSC Code: V124 (Marine Charter For Things).
  • Submission: Two separate proposals are required: one for the IDIQ contract and one for this initial Task Order. An IDIQ award is a prerequisite for Task Order award consideration. Each Offeror is permitted to submit only one proposal with a single vessel for this initial Task Order. Conversion costs for Task Order requirements can be included in CLIN 002.

Evaluation & Submission

Award will be made to the responsible Offeror whose proposal represents the best value to the Government using a tradeoff process. Evaluation factors include: 1. Threshold Requirements (Acceptable/Unacceptable), 2. Technical Capabilities (more important than Price), and 3. Price. Technical proposals are limited to 10 pages. Proposals must be submitted electronically. Offerors must acknowledge receipt of Amendment 02.

Key Dates & Contacts

People

Points of Contact

Justin GeisendafferPRIMARY
Sara AndrukonisSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
Download
Download
Download
Download

Versions

Version 7Viewing
Combined Synopsis/Solicitation
Posted: Jan 23, 2026
Version 6
Combined Synopsis/Solicitation
Posted: Jan 22, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Dec 19, 2025
View
Version 3
Combined Synopsis/Solicitation
Posted: Dec 16, 2025
View
Version 2
Combined Synopsis/Solicitation
Posted: Dec 11, 2025
View
Version 1
Combined Synopsis/Solicitation
Posted: Dec 8, 2025
View
Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG) | GovScope