FY27 City Pair Program Final RFP Amendment 0003
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 General Services Administration (GSA) has issued Amendment 0003 to the FY27 City Pair Program Final Request for Proposal (RFP). This amendment provides the Government's responses to vendor-submitted questions regarding the solicitation for scheduled airline passenger transportation services. The program is a mandatory-use, government-wide initiative.
Scope of Work
This opportunity seeks certified U.S. air carriers to provide scheduled air passenger transportation services, including domestic, international, and fifth freedom of the air line items, as well as business class services. Services must align with commercial practices and published tariffs, with the solicitation's terms taking precedence. Carriers must offer services on their own aircraft and through codeshare partners.
Key Updates & Changes
- Amendment 0003 addresses vendor questions from the Final RFP.
- New _CN Fare: A new capacity-controlled, non-refundable coach class fare (_CN) has been introduced. This fare is intended to be lower than standard YCA/CA fares, subject to administrative fees for changes, and will auto-cancel if not ticketed within 24 hours. It must be awarded in conjunction with the YCA fare for a specific line item.
- Technical Requirements: Connecting times have been increased for Group 1 and 2 line items (domestic from 150 to 160 minutes; international from 210 to 270 minutes, with extended connections from 420 to 480 minutes). Maximum circuity percentages for international routes have also been updated.
- Evaluation Factors: For Group 1 line items, technical and non-price related factors are now considered "significantly more important" than price (an increase from "more important"). Groups 2 and 3 will continue to be evaluated using a Lowest Price Technically Acceptable (LPTA) methodology.
- Auto-Cancellation Rules: Detailed requirements for 48-hour (standard) and 7-day (business/premium economy) auto-cancellation rules are outlined, including specific GDS screen capture and traveler notification protocols.
Contract Details
- Contract Type: Requirements contract with economic price adjustment for fuel surcharges.
- PSC: V211 - Air Passenger Service
- Period of Performance: October 1, 2026 (or Date of Award) through September 30, 2027, with two option periods (Option 1: Oct 1, 2027 – Nov 30, 2027; Option 2: Dec 1, 2027 – Dec 31, 2027).
- Set-Aside: Unrestricted.
Submission & Evaluation
Proposals must be submitted electronically via the CALM City Pair Source Selection (CPSS) Module. Offerors must participate in the Civil Reserve Air Fleet (CRAF) Program or provide a Letter of CRAF Technical Ineligibility. A Model Commercial Subcontracting Plan template is provided, emphasizing small business utilization.
Deadlines
- Final RFP Questions Due: February 13, 2026, at 3:00 PM ET (now passed).
- Proposal Checklist Items Due: March 4, 2026, at 3:00 PM ET.
- Group 1 Offers Due: March 4, 2026, at 3:00 PM ET.
- Group 2 Offers Due: April 10, 2026, at 3:00 PM ET.
- Group 3 Offers Due: April 24, 2026, at 3:00 PM ET.
Contact Information
For inquiries, contact James Santini (james.santini@gsa.gov, 202-969-7094) or Matthew Racchini (matthew.racchini@gsa.gov, 202-969-7938), with a copy to onthego@gsa.gov.