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, through its Air Combat Command (ACC AMIC), is conducting a Sources Sought for North Warning System (NWS) Fixed-Wing Airlift/Transportation Services. This is for market research and planning purposes to assess industry capabilities for future acquisition strategy. Responses were due by April 15, 2026, 1300 EST.
Opportunity Details
This requirement is for non-personal fixed-wing airlift services to support the North Warning System (NWS) operational areas in Canada. The contractor will be responsible for providing all necessary personnel, services, equipment, tools, supervision, and direct materials for air transportation, including sufficient ground personnel for maintenance and operations.
Key Clarifications (from Amendment 01, posted April 22, 2026):
- The requirement is exclusively for Fixed-Wing (FW) aircraft.
- Flights will primarily occur between Logistics Support Sites (LSS) and Long Range Radar (LRR) sites within the same zone, with limited airlift to some Short Range Radar (SRR) sites.
- Pilots are not required to be U.S. citizens.
- Potential transportation of dangerous goods, including batteries, hazmat retrograde materials, and fire suppression tanks.
Scope of Work (per DRAFT PWS):
- Provide air transportation services across NWS sites in Canada, supporting the NWS O&M Contractor.
- Comply with the Canada Transportation Act, Aeronautics Act, Canadian Aviation Regulations, and Commercial Air Standards.
- Aircraft must be IFR/VFR capable and equipped with survival kits and fire extinguishers.
- Implement NIST SP 800-171 security requirements for covered contractor information systems.
- Maintain a 90% annual reliability rate.
- Deliverables include daily flight logs, cost summary reports, and reliability ratings.
- A bi-weekly flight is required between May 1 and September 30.
Contract & Timeline:
- NAICS: 481211 (Nonscheduled Chartered Passenger Air Transportation).
- Period of Performance: One base period, four one-year option years, and one optional six-month extension.
- Anticipated Award: January 2027 (estimated).
- Set-Aside: None specified.
Submission Requirements
Interested parties were requested to submit a capabilities package (limited to 10 pages total) outlining their company’s abilities relevant to the requirement and addressing five specific questions related to performance, intent to propose, air assets (current and planned acquisition), and Canadian certifications. Submissions also required company details including CAGE, UEI, and business size status.
Important Notes
This is a Sources Sought notice for market research only and does not constitute a formal Request for Proposal (RFP). The Government will not pay for any information submitted and this notice does not commit the Government to any acquisition. All information received will be protected as Source Selection Information in accordance with FAR 3.104. An Amendment 01 was posted on April 22, 2026, providing clarifications to industry questions.