North Warning System (NWS) Fixed-Wing Airlift/Transportation Services
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, ACC AMIC, is conducting a Sources Sought for North Warning System (NWS) Fixed-Wing Airlift/Transportation Services in Canada. This market research aims to assess industry capabilities for a future acquisition to provide non-personal air transportation services. Responses are due by April 15, 2026, 13:00 EST.
Purpose & Scope
The Government seeks information from both small and large businesses capable of providing fixed-wing air transportation services across the NWS operational areas in Canada. The contractor will be responsible for all personnel, services, equipment, tools, and supervision necessary for air transportation, including ground operations and maintenance. Services must comply with the Canada Transportation Act, Aeronautics Act, and Canadian Aviation Regulations. A DRAFT Performance Work Statement (PWS) outlines the requirement's size, scope, and complexity, including a 90% annual reliability rate and NIST SP 800-171 security compliance.
Contract Details
- Opportunity Type: Sources Sought (Market Research)
- NAICS Code: 481211 (Nonscheduled Chartered Passenger Air Transportation)
- Product Service Code: V121 (Air Charter For Things)
- Place of Performance: North Warning System sites in Canada (across Zones 1-5, including SRR, LRR, LSS, and Fuel locations).
- Period of Performance: Anticipated one (1) base period, four (4) one-year option years, and one (1) optional six-month extension.
- Anticipated Award: January 2027 (estimated).
- Set-Aside: None specified for this Sources Sought; open to all businesses for market research.
Submission Requirements
Interested parties must submit a capabilities package, limited to no more than 10 pages, outlining their company's relevant abilities and addressing specific questions:
- Ability to perform requirements per the PWS.
- Intent to submit a proposal if a formal solicitation is posted.
- Intended air asset(s) and their acquisition plan if not currently owned.
- Possession of necessary certifications per Canadian Transportation Act and Aviation Regulations.
The package must also include company name, address, telephone, point(s) of contact, email, CAGE Code, UEI Number, business size (Small/Large), and specific socio-economic statuses (e.g., SBA 8(a), HUBZone, SDB, VOSB, SDVOSB, WOSB, EDWOSB).
Important Notes
This is for information and planning purposes only and is not a Request for Proposal. The Government will not pay for information submitted and does not commit to any acquisition. All information will be protected as Source Selection Information. Interested parties should monitor www.sam.gov for future opportunities.
Contact Information
Submit responses to Maj Ryan Tagatac (ryan_mark.tagatac.3@us.af.mil) and 1LT Nathaniel Goodale (nathaniel.goodale.1@us.af.mil) by April 15, 2026, 13:00 EST.