N00421-26-R-0002

SOL #: 30d9bf817dd440f19295ef18afcffa05Special Notice

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR WARFARE CENTER AIR DIV
PATUXENT RIVER, MD, 20670-1545, United States

Place of Performance

Kekaha, HI

NAICS

Other Nonscheduled Air Transportation (481219)

PSC

Air Charter For Things (V121)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 8, 2026
2
Action Date
Jan 23, 2026, 5:00 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.

Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River, MD intends to award a sole source Follow On contract to Construction Helicopters, Inc. to provide Contractor Owned Contractor Operated (COCO) Helicopter services in support of the Pacific Missile Range Facility (PMRF), Kauai, Hawaii (HI) and the Hawaiian Operating Area (OPAREA). Tasking for the Contractor Owned Contractor Operated (COCO) helicopters will include but is not limited to target recovery, visual surveillance, range clearing, transport of military/Government personnel to/from ships or shore facilities, movement of hazardous material (ordinance), and when required, firefighting support. The contractor shall provide flight crews with the requisite skills for the required tasking. The contractor shall operate aircraft from Barking Sands, Kauai, HI. Contract type will be a Single Award/Indefinite Delivery Indefinite Quantity (IDIQ) contract that allows for Firm Fixed Price orders. The anticipated ordering period for issuing task orders will be four (4) years, three hundred sixty-four (364) days.

This sole source requirement meets the conditions of FAR 6.302-l(a), only one responsible source exists, and no other contractors are capable of satisfying agency requirements. Market research was performed in the form of a Sources Sought/RFI to Industry (08 May 2025) and only the Incumbent was found capable.

This Notice of Intent is not a request for Expressions of Interest (EOIs), proposals, or quotations. No solicitation documentation exists, and no telephone inquiries will be accepted. No contract award will be made on the basis of EOIs, proposals, or quotations received in response to this notice.

Information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is for notification purposes only and does not constitute a solicitation for bids, quotes, or proposals. The North American Industry Classification System (NAICS) Code is 481219, Other-Nonscheduled Air Transportation. The Small Business size standard is $25,000,000. Construction Helicopters, Inc. is a large, for­ profit business under the applicable NAICS. The Government does not intend to pay for any information provided under this notice. A determination by the Government not to compete this proposed contract action based on this notice is solely within the discretion of the Government. This synopsis does not constitute a solicitation; however, if any interested party believes they can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities must be submitted in writing and must contain clear and convincing evidence that competition of this requirement would be advantageous to the Government.

If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. A request for documentation will not be considered as an affirmative response.

The Government will be the sole determiner regarding a company's ability to meet all requirements. If no responses are received by 12:00 PM EST, 23 January 2026, to the effect that obtaining services from an alternate source is more advantageous to the Government than obtaining these services through a sole-source contract modification, then a firm fixed price sole source contract modification award will be made to Construction Helicopters, Inc.. No questions will be addressed.

All responses must be submitted to sherona.thomas.civ@us.navy.mil and david.s.silverstone.civ@us.navy.mil. A determination by the Government not to open the requirement to competition is solely within the discretion of the Government. The anticipate award date is April 2027.

People

Points of Contact

Sherona ThomasPRIMARY
David SilverstoneSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Special Notice
Posted: Jan 8, 2026
N00421-26-R-0002 | GovScope