Opportunity
SAM #70Z02326R93280004
USCG Seeks Small Business for HSC-L Vessel Design, Construction, and Lifecycle Support
Buyer
USCG Contracting Office
Posted
May 07, 2026
Respond By
May 30, 2026
Identifier
70Z02326R93280004
NAICS
336611
The United States Coast Guard (USCG), part of the Department of Homeland Security, is preparing a major procurement for the Homeland Security Cutter - Light (HSC-L) vessel program. - Government Buyer: - United States Coast Guard (USCG), Department of Homeland Security - HQ Contract Operations (CG-912), Washington, DC - OEMs and Vendors: - No specific Original Equipment Manufacturers (OEMs) or vendors are named in the notice - Products/Services Requested: - Design maturation and development of production-ready designs for HSC-L vessels - Production engineering and planning for HSC-L vessels - Construction and systems integration of HSC-L vessels - Management of long lead time materials - Testing, trials, inspection, and delivery of vessels - Provision of technical data and deliverables - Training, spares, and logistics support - Lifecycle support services - Notable Requirements: - Multi-mission vessels capable of icebreaking, aids to navigation, and waterways management - Single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract - Total Small Business Set-Aside under NAICS 336611 - Scope includes full lifecycle support, from design through delivery and sustainment - Contract will use FAR Part 12 and FAR Part 15 procedures
Description
The United States Coast Guard (USCG) intends to issue a solicitation for the design maturation, production engineering, construction, testing, delivery, and associated lifecycle support of the Homeland Security Cutter - Light (HSC-L) vessel program.
The HSC-L program supports recapitalization of the Coast Guard’s domestic icebreaking and waterways commerce support fleet through acquisition of multi-mission vessels capable of performing icebreaking, aids to navigation, waterways management, and related Coast Guard missions.
The anticipated acquisition will result in a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The Government intends to conduct the acquisition using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Products and Commercial Services, in conjunction with FAR Part 15, Contracting by Negotiation.
The anticipated 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; and Associated lifecycle support services.
The Government anticipates utilizing a phased advisory down-select evaluation methodology to support an efficient best-value tradeoff process focused on production capability, past performance, design maturity, schedule realism, and overall execution confidence.
The procurement is currently planned as a Total Small Business Set-Aside under NAICS 336611. The determination is based on market research conducted through industry engagement activities, including a Request for Information (RFI), which identified multiple small business entities with relevant capabilities and potential teaming arrangements supporting execution of the requirement.
The Government may issue the solicitation and any associated attachments electronically through SAM.gov. Interested parties are responsible for monitoring SAM.gov for updates, amendments, and additional information regarding this acquisition.
This notice is for informational and planning purposes only and does not constitute a solicitation. The Government is not responsible for any costs incurred by interested parties in response to this notice.
Anticipated Solicitation Release:
The solicitation is anticipated to be released on or about May 2026.