North Warning System (NWS) Heavy Fixed Wing (HFW) Airlift Transportation Services

SOL #: FA489026R0011Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4890 HQ ACC AMIC
HAMPTON, VA, 23666, United States

Place of Performance

See PWS Attachment 6, Canada

NAICS

Nonscheduled Chartered Freight Air Transportation (481212)

PSC

Air Freight (V111)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 12, 2026
2
Last Updated
Mar 3, 2026
3
Submission Deadline
Mar 5, 2026, 8:00 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.

Quick Summary

The United States Air Force (USAF), ACC Acquisition Management Integration Center (AMIC), is soliciting proposals for Heavy Fixed Wing (HFW) Airlift Transportation Services for the North Warning System (NWS). This is a full and open competition to provide essential airlift support to NWS sites in the Canadian Arctic. A single Firm Fixed Price (FFP) with Cost Reimbursable (CR) CLINs contract is anticipated, with award based on best value source selection where technical superiority is significantly more important than price. Proposals are due March 5, 2026.

Purpose & Scope

The contractor will provide non-personal services for the airlift of bulk Petroleum, Oil, and Lubricants (POL), oversized cargo, and supplies to NWS sites in the Canadian Arctic. This effort supports NORAD radar maintenance requirements under an international agreement between the U.S. and Canada. The contractor must furnish all necessary personnel, equipment, tools, materials, supervision, and services.

Key aircraft requirements include:

  • Multi-engine aircraft capable of carrying at least 45,000 lbs.
  • Ability to land on 4,000 ft unimproved runways.
  • Cargo door minimum 9 ft high by 10 ft wide.
  • Capacity to transport 3,700 Imperial or 4,750 US gallons of bulk POL over 258 Great Circle Statute Miles (GCSM).
  • Required aircraft availability for 18 to 26 consecutive flights between August 1 and September 30 annually.

Contract Details

  • Contract Type: Single Firm Fixed Price (FFP) with Cost Reimbursable (CR) CLINs.
  • Period of Performance: One-year base period plus four one-year option periods.
  • Anticipated Award: On or about June 9, 2026.
  • Set-Aside: Full and Open Competition. Small Business Consideration does not apply as 100% of performance is outside the United States.
  • NAICS Code: 481212 - Nonscheduled Chartered Freight Air Transportation (Size Standard: 1,500 employees).
  • Funding: Funds are not presently available; award is contingent upon fund availability. The Government reserves the right to cancel the RFP.

Evaluation Factors

Award will be made using best value source selection procedures, with technical superiority significantly more important than price. Proposals will be evaluated on four technical subfactors and price:

  • Technical Experience: Demonstrate 12+ months of similar scope work within the last five years.
  • Instrument Flight Rules (IFR) Capability: Demonstrate understanding, pilot qualifications, and certified IFR aviation capability at contract start. FAA Part 91 operated aircraft are acceptable if the contractor obtains a DND/CAF Temporary Authority to Operate (TAO).
  • HFW Capacity and Distance: Plan for required payload, runway capabilities, range, and cargo door size.
  • Managing Aircraft Utilization, Operations, and Plans: Plan for maximizing resource efficiencies, prioritizing the NWS mission, supporting airlift with 48 hours' notice, and compliance with Canadian Aviation Regulations. Subfactors A and B are rated Acceptable/Unacceptable. Subfactors C and D receive a combined technical/risk rating. Unacceptable ratings in any subfactor may lead to non-award. Price will be evaluated for adequacy, fairness, reasonableness, completeness, and balance.

Submission & Deadlines

  • Proposals Due: March 5, 2026, 8:00 PM Z.
  • Questions/Comments Due: 15 calendar days after RFP release (approximately February 18, 2026) by 1:00 PM ET.
  • Submission Method: Electronically via DoD Secure Access File Exchange (SAFE) or email to the Contracting Officer/Contract Manager.
  • Proposal Validity: Proposals must be valid for 270 calendar days.
  • Communications: Offerors must monitor the Procurement Integrated Enterprise Environment (PIEE) Solicitation module for amendments and updates.

Points of Contact

People

Points of Contact

Nathaniel GoodaleSECONDARY

Files

Files

View
View
View
View
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3
Solicitation
Posted: Mar 3, 2026
View
Version 2Viewing
Solicitation
Posted: Feb 3, 2026
Version 1
Special Notice
Posted: Jan 12, 2026
View