North Warning System (NWS) Rotary Airlift 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 United States Air Force (USAF), ACC Acquisition Management Integration Center (AMIC) has issued a Presolicitation Notice (FA489026R0015) for North Warning System (NWS) Rotary Airlift Services. This opportunity seeks nonpersonal services to provide airlift support to NWS sites in the Canadian Arctic, facilitating NORAD radar maintenance. The acquisition is 100% full and open competition, with Small Business Consideration not applicable due to performance outside the U.S.
Scope of Work
The contractor will furnish all personnel, equipment, tools, materials, and supervision for rotary airlift services, including:
- Main Rotary Airlift: Minimum one rotary aircraft per zone (Inuvik, Cambridge Bay, Hall Beach, Iqaluit, Goose Bay) for 12-hour crew duty, 365 days/year.
- Rotary Flying Hours: Up to 2,500 hours across five zones, with an additional 1,000 hours for O&M overage.
- Supplemental Rotary Airlift: Three rotary aircraft for 24-hour (12-hour duty day) service, 7 days/week, from June 1 to September 30 annually.
- Bulk Fuel Rotary Airlift: Two rotary aircraft capable of transferring a minimum of 1,500 liters per trip, with an expected total of 1.5 million liters.
- Cargo & Personnel Transport: Delivery of bulk Petroleum, Oil, and Lubricants (POL), cargo, supplies, and personnel to Short Range Radar (SRR), Long Range Radar (LRR), and Logistic Support Site (LSS) locations.
Contract Details
- Contract Type: Single Firm Fixed Price (FFP) contract with Cost Reimbursable (CR) line items.
- NAICS Code: 481211 – Nonscheduled Chartered Passenger Air Transportation (Size Standard: 1,500 Employees).
- Period of Performance: Anticipated 30-day transition, followed by a base period from November 30, 2026, to September 30, 2027, and four one-year option periods extending through September 30, 2031.
- Place of Performance: North Warning System sites across the Canadian Arctic.
Key Requirements
Aircraft and crews must be capable of Instrument Flight Rules (IFR) operations, with at least one Night Vision Goggle (NVG) capable aircraft and crew per zone. Aircraft must have a minimum payload capacity of 1,850 pounds (passengers/cargo) for a 150 nautical mile nonstop range. Contractors must comply with Canadian safety requirements, provide a detailed maintenance plan, and adhere to NIST SP 800-171 security requirements (CMMC Level 2).
Evaluation Factors
This will be a best value source selection using a tradeoff process, where technical factors are significantly more important than price.
- Technical Experience (Subfactor A): Must demonstrate performing similar scope of work in the arctic for a minimum of 12 months within the last five years (Acceptable/Unacceptable rating).
- Payload and Distance Requirements (Subfactor B) & Operations (Subfactor C): Evaluated using a combined technical/risk rating, focusing on aircraft/crew certification, payload capacity, simultaneous operations in 5 zones, and comprehensive bulk fuel transfer plans.
- Price Evaluation: Conducted for technically acceptable proposals, ensuring fairness, reasonableness, completeness, and balance.
Timeline & Submission
- Questions Due: Interested parties should submit comments/questions using the provided Question-Comment Matrix by April 29, 2026, 1:00 PM ET.
- Virtual Pre-proposal Conference: Anticipated on or about May 12, 2026. Notify POCs with company name, attendees, and SAM registration CAGE Code to attend.
- Anticipated Final Solicitation Issue: On or about May 5, 2026.
- Anticipated Proposal Receipt Date: On or about June 5, 2026, 11:00 AM local time. Proposals must be valid for 270 calendar days and submitted electronically via DoD SAFE or email.
- Anticipated Award Date: On or about October 12, 2026.
Important Notes
Funds are not presently available, and no award will be made until funds are secured. The Government reserves the right to cancel the acquisition. Contact with government personnel is strictly prohibited except for the listed Primary Points of Contact (POCs): Maj Ryan Tagatac (ryan_mark.tagatac.3@us.af.mil), 1st Lt Nathan Goodale (nathaniel.goodale.1@us.af.mil), and TSgt Nelson Sosa (nelson.sosa@us.af.mil).