Alaska Range Combat Training Integrated Communications and Support (ARCTICS) II
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 Department of the Air Force, Pacific Air Forces (PACAF), is conducting a Sources Sought for the Alaska Range Combat Training Integrated Communications and Support (ARCTICS) II requirement. This is NOT a Request for Quote (RFQ) or Request for Proposal (RFP), but market research to assist with planning and potential procurement. The Government is seeking industry comments and feedback on the attached draft Performance Work Statement (PWS).
Scope of Work
The draft PWS outlines requirements for Operations and Maintenance (O&M) support for the Joint Pacific Alaska Range Complex (JPARC). This support facilitates realistic joint air and ground combat training and testing. Key areas include:
- O&M for Government Furnished Property/Equipment (GFP/GFE), facilities, and infrastructure within JPARC.
- Administration, logistics, material control, power production, environmental control, maintenance, and engineering services.
- Operations support for planning, mission preparation, air/range space management, event control, ACTS operations, weapons scoring, transportation, and threat operations.
- Management of GFP, facilities, and services.
- Range maintenance and site construction.
- Environmental, Safety, and Health compliance.
- Information Technology and Network Systems support.
- Security and COMSEC management.
Performance standards include an Equipment Availability Rate (EAR) of 90% and specific Operational Effectiveness (OE) metrics.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: None specified
- Projected Service Start Date: On or about January 2029
- Draft PWS Period of Performance: January 1, 2027 – December 31, 2027 (Base) with 9 option years.
- Response Due: May 19, 2026, 20:00Z
- Published: April 26, 2023
- Place of Performance: Eielson AFB, AK; JPARC; Joint Base Elmendorf-Richardson (JBER); and other PACAF AOR sites.
Key Requirements & Questions
Respondents are requested to provide:
- Company Information (Name, address, POC, email, UEI, CAGE, business size).
- Feedback on PWS clarity and conciseness.
- Confirmation of an approved cost accounting system.
- Identification of additional costs, potential performance/schedule/price risks, and mitigation options.
- Any other comments or questions.
Additional Notes
This notice is for planning purposes only. The PWS is a draft and subject to change. The contractor will require a Facility Security Clearance (FCL) adjudicated to the TOP SECRET level, and personnel will need a minimum Personnel Clearance (PCL) adjudicated to the SECRET level, with some requiring access to TS, SCI, and/or SAP facilities. A Program Manager must be located at Eielson AFB.