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 (RFP: FA489026R0011) for Heavy Fixed Wing (HFW) Airlift Transportation Services for the North Warning System (NWS). This opportunity seeks non-personal services to transport bulk Petroleum, Oil, and Lubricants (POL), oversized cargo, and supplies to NWS sites in the Canadian Arctic. The contract will be a single Firm Fixed Price (FFP) with Cost Reimbursable (CR) CLINs award, resulting from a best value source selection. Proposals are due March 5, 2026.

Scope of Work

The contractor will provide all personnel, equipment, tools, materials, and supervision for airlift services to NWS sites, supporting the NWS Office (NWSO) and coordinating with the NWS Operations and Maintenance contractor in Canada. Key requirements include:

  • Transporting bulk POL, oversized cargo, and supplies.
  • Aircraft must be multi-engine, capable of carrying at least 45,000 lbs, landing on 4,000 ft unimproved runways, and have a cargo door minimum 9 ft high by 10 ft wide.
  • Capability to transport 3,700 Imperial or 4,750 US gallons of bulk POL per sortie over approximately 258 GCSM.
  • Aircraft availability for 18 to 26 consecutive flights for cargo movement or radar site refueling between August 1 and September 30 annually.
  • Support for loading and transporting oversized Mission Support Equipment (MSE) with a 40,000 lbs payload from Yellowknife to Dewar Lakes.
  • Maintaining a 90% reliability rate annually and providing daily flight logs.
  • Aircraft must be Instrument Flight Rules/Visual Flight Rules (IFR/VFR) equipped, and aircrew must meet specific flight hour, licensing, and recency requirements.

Contract Details

  • Contract Type: Single Firm Fixed Price (FFP) with Cost Reimbursable (CR) CLINs.
  • Period of Performance: One-year base period and four one-year option periods.
  • Set-Aside: 100% Full and Open Competition. Small Business Consideration (FAR Part 19) does not apply as performance is 100% outside the United States.
  • NAICS Code: 481212 - Nonscheduled Chartered Freight Air Transportation, with a Small Business Size Standard of 1,500 employees.
  • Anticipated Award: On or about June 9, 2026.
  • Place of Performance: NWS sites in the Canadian Arctic.
  • Funding: Funds are not presently available; no award will be made until funds are available. The Government reserves the right to cancel the RFP.

Evaluation Factors

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

  • Subfactor A: Technical Experience (similar scope work for at least 12 months within the last five years).
  • Subfactor B: Instrument Flight Rules (IFR) Capability (understanding, pilot qualifications, certified IFR capability by contract start).
  • Subfactor C: HFW Capacity and Distance (plan for specified payloads, distances, and runway types).
  • Subfactor D: Managing Aircraft Utilization, Operations, and Plans (resource efficiencies, NWS mission priority, 48-hour notice support, simultaneous operations, Canadian Aviation Regulations). Proposals rated Unacceptable in any subfactor, or not receiving a minimum "Green/Acceptable" rating, may be deemed unawardable. Price will be evaluated for adequacy, fairness, reasonableness, completeness, and balance.

Submission Requirements

  • Proposals must be submitted electronically via DoD Secure Access File Exchange (SAFE) or email to the Contracting Officer/Contract Manager.
  • Proposals must consist of two volumes: Technical (page limit of 70 pages) and Price (no page limit).
  • Proposals must be valid for 270 calendar days.
  • Offerors must acknowledge all amendments and clearly identify any exceptions taken to solicitation requirements.
  • FAA Part 91-operated aircraft are acceptable if the contractor obtains a DND/CAF Temporary Authority to Operate (TAO) and meets all specified requirements.

Key Dates & Contacts

  • Proposal Due Date: March 5, 2026, 8:00 PM UTC.
  • Questions Due Date: No later than 15 calendar days after the RFP release date (March 18, 2026) by 1:00 PM Eastern Time.
  • Primary Points of Contact: Maj Ryan Tagatac (ryan_mark.tagatac.3@us.af.mil) and 1st Lt Nathaniel Goodale (nathaniel.goodale.1@us.af.mil).

Additional Notes

Offerors are responsible for continually monitoring the Procurement Integrated Enterprise Environment (PIEE) Solicitation module for amendments, updates, or changes. Hard copies of documentation will not be made available.

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 3Viewing
Solicitation
Posted: Mar 3, 2026
Version 2
Solicitation
Posted: Feb 3, 2026
View
Version 1
Special Notice
Posted: Jan 12, 2026
View
North Warning System (NWS) Heavy Fixed Wing (HFW) Airlift Transportation Services | GovScope