Arctic Exercise (ARCEX) 2025-Arctic Pioneering Air Charter Services
ID: HTC711-25-Q-CC02Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEUS TRANSPORTATION COMMAND (USTRANSCOM)USTRANSCOM-AQSCOTT AFB, IL, 62225-5357, USA

NAICS

Nonscheduled Chartered Passenger Air Transportation (481211)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: AIR PASSENGER (V211)
Timeline
    Description

    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking qualified contractors to provide Arctic Pioneering Air Charter Services for the Arctic Exercise (ARCEX) 2025, scheduled from February 21 to February 26, 2025. The contract requires specialized aircraft capable of conducting Pioneering Landings on sea-ice, with a minimum endurance of five hours and a payload capacity of at least 2,000 lbs, while operating without groomed runways. This procurement is critical for supporting Navy operations in challenging Arctic conditions, ensuring effective ice surveys and logistical support during the exercise. Interested vendors must submit their quotes by January 31, 2025, and can contact Matthew R. Bowen at matthew.r.bowen4.civ@mail.mil or 618-578-4067 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines essential guidelines for completing a Past Performance Reference Information Sheet relevant to government contracts. It instructs contractors on providing detailed information including the name of the contracting entity, contract specifics (number, dates, pricing), location of work, and the nature of the contract. Key points include the need for contact details of both technical and purchasing representatives, a thorough description of the work scope and performance, as well as any issues encountered, such as conflicts or ongoing litigation. The current status of the contract must be clearly indicated, with options for work progress reflecting various completion stages. The purpose of this document is to ensure that contractors present comprehensive and accurate past performance data to support federal and state RFPs, which is critical for evaluating future contract bids.
    The document HTC711-25-Q-CC02 outlines a Performance Work Statement (PWS) for air charter services in support of the U.S. Navy's Arctic Exercise (ARCEX) 2025, focusing on operations in the Arctic sea-ice environment. It details requirements for contractor-provided aircraft and pilots, emphasizing the need for Pioneering Landings on sea-ice at specified distances from Deadhorse Airport, Alaska. Key specifications include operational capabilities such as aircraft endurance (minimum of five hours), payload capacity (at least 2,000 lbs), and the ability to conduct flights without groomed runways. The document stipulates clear evaluation criteria based on air operator experience, pilot qualifications, aircraft capabilities, and pricing. The anticipated service period runs from February 21-26, 2025, with expected flight hours being a minimum of 24. The Navy will provide information such as satellite imagery and ice floe positions to assist in planning. This PWS exemplifies federal contract requirements for specialized aviation services in challenging Arctic conditions, ensuring the Navy effectively supports its operational objectives in the region.
    The document is a Request for Quote (RFQ) HTC711-25-Q-CC02 for Arctic Pioneering Air Charter Services related to the Arctic Exercise (ARCEX) 2025, issued by the Undersea Warfighting Development Center Detachment. Vendors are required to submit quotes by January 31, 2025, for services including air charter operations from February 21-26, 2025. Key details include the need for firm-fixed-price contracts for various aircraft and fuel rates and requirements for registration in the System for Award Management (SAM). Evaluations will be based on criteria such as past performance, pilot experience, and aircraft capability, with price being a lesser consideration. Additional clauses dictate compliance with various regulations and certifications, including those related to telecommunications, labor laws, and environmental standards. Quotes should include detailed business information, technical capabilities, and completed pricing sheets. The RFQ emphasizes the importance of understanding project requirements and adhering to federal contracting standards to secure potential awards for the services needed during this critical military exercise.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SOFAM NTV Rental
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the rental of non-tactical vehicles to support the Special Operations Forces Arctic Medic (SOFAM) exercise in Fairbanks, Alaska, scheduled from January 8 to January 30, 2026. The requirement includes the provision of eighteen (18) Sport Utility Vehicles (SUVs), five (5) trucks, two (2) 15-passenger vans, and one (1) cargo van, all of which must be in excellent condition and equipped for winter conditions. This procurement is critical for facilitating ground transportation of personnel, equipment, and supplies during the exercise, ensuring operational readiness in Arctic conditions. Interested vendors must submit their quotes by December 22, 2025, at 5:00 PM EST, and direct any questions to the primary contacts, SSG Tyler Cooper at tyler.j.cooper.mil@socom.mil or SSG John Miceli at john.p.miceli.mil@socom.mil, by December 15, 2025, at 11:00 AM EST.
    Ice Class Tanker - Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the Military Sealift Command (MSC), is conducting market research through a Sources Sought notice for an extended term charter of one U.S. flag double hull, ice-class tanker. The procurement aims to secure a vessel equipped with two Naval Surface Warfare Center-approved Consolidated Cargo Operations (CONSOL) stations and one Fuel Delivery Station (FDS), with specific requirements regarding ice-class ratings, cargo capacity for various fuels, and operational capabilities, including access to McMurdo, Antarctica. This opportunity is critical for ensuring logistical support in extreme environments, with the charter period set from February 20, 2027, to February 19, 2028, and four additional option periods. Interested parties must submit their company and vessel information, including estimated daily charter rates and readiness dates, by December 23, 2025, and can contact Yvonne Escoto or Stephanie Ricker for further details.
    North Warning System (NWS) Heavy Fixed-Wing Airlift/Transportation Services
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking proposals for Heavy Fixed-Wing Airlift Services to support the North Warning System (NWS) in Canada. The contractor will be responsible for providing air transportation services for bulk Petroleum, Oil, and Lubricants (POL), oversized cargo, and supplies to various NWS sites, which are critical for maintaining radar operations under the NORAD agreement between the U.S. and Canada. This contract is vital for ensuring operational readiness and logistical support in the Canadian Arctic, with an anticipated performance period including a 30-day transition, a one-year base period, and four one-year options. Interested parties should prepare to submit proposals by February 17, 2026, with the anticipated award date set for June 9, 2026. For further inquiries, contact Capt Ryan Tagatac at ryanmark.tagatac.3@us.af.mil or TSgt Nelson Sosa at nelson.sosa@us.af.mil.
    JPMRC Snowmobiles
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide snowmobiles and related equipment for military training at Fort Wainwright and Fort Greely, Alaska, scheduled for January and February 2026. This non-personal services contract requires the contractor to deliver, maintain, and provide 24-hour emergency services, including replacement equipment, while ensuring operational vehicles are suitable for Alaskan terrain and adhering to strict delivery schedules and quality control standards. The anticipated contract will be a Firm Fixed-Price Contract, with the government reserving the right to adjust quantities and performance dates based on mission needs. Interested parties should contact SFC China Mathews at china.a.mathews.mil@army.mil or Brian Parker at brian.a.parker14.mil@army.mil for further details and to discuss lead times for service provision.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range and a 30-day endurance at sea. This procurement is crucial for ensuring effective maritime operations and support for USCG missions, with a total funding ceiling of $99 million over a five-year period. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Justin Geisendaffer or Sara Andrukonis via their provided email addresses.
    SOTD Snowmobile Rental
    Dept Of Defense
    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the rental of snowmobiles and related equipment to support a Special Operations Training Detachment (SOTD) exercise in Delta Junction, Alaska. The procurement requires the provision of fifteen utility snowmobiles, four high-clearance trailers, six Siglin sleds, thirty fuel cans, maintenance services, and additional equipment, with delivery scheduled for February 2, 2026, and the performance period extending until February 25, 2026. This equipment is crucial for facilitating training exercises in a challenging environment, ensuring operational readiness for special operations forces. Interested vendors, particularly those classified as Women-Owned Small Businesses (WOSB), should direct inquiries to SFC Samuel Capello at samuel.capello.mil@socom.mil by December 29, 2025, and submit their offers by January 7, 2026, with an estimated contract value of $9,000,000.00.
    SOTD Snow Equipment Rental
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting quotes for the rental of specialized snow equipment to support the Special Operations Training Detachment (SOTD) in Delta Junction, Alaska. The procurement includes a variety of items such as skis, bindings, touring skins, ski poles, ski boots, goggles, mountaineering tents, snowshoes, sleeping bags, sleeping pads, and avalanche safety equipment, all required for training exercises scheduled from February 2 to February 25, 2026. This equipment is crucial for facilitating winter training operations in the Alaskan wilderness, ensuring that personnel are adequately equipped for their Observer Coach Trainer (OCT) roles. Interested vendors should note that the total award amount is estimated at $9,000,000, with quotes due by December 19, 2025, at 12:00 PM local time, and all inquiries must be directed to SFC Samuel Capello via email by December 29, 2025.
    2026 Winter Attache Tour Transportation Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for transportation services to support the Winter 2026 Air Attaché Tour, scheduled from January 10 to January 12, 2026, in Miami, Florida. The procurement is a total small business set-aside under NAICS code 485510 (Charter Bus Industry), requiring the contractor to provide ground transportation for 50 attendees, including distinguished visitors, with specific vehicle requirements for group and individual movements. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation process, with a total award amount of $19,000,000. Interested parties must submit their quotes by December 19, 2025, at 10:00 AM EST, and direct any inquiries to the Contracting Officer, Ms. Danielle Sookhai, or the Contract Specialist, Ms. Maia Warren, by December 15, 2025.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services essential for enhancing USCG operations. The objective of this procurement is to facilitate effective execution of USCG missions by supplying at-sea replenishment and related support, with the contractor responsible for operating and maintaining the vessel under USCG oversight. This opportunity is critical for ensuring operational readiness in the Caribbean Basin and Gulf of America, with a contract period consisting of a 6-month base and a 6-month option. Interested parties should direct inquiries to Justin Geisendaffer or Sara Andrukonis via email, and proposals are due by January 8, 2026, with a total estimated contract value of $3.6 million for both periods.
    Modernization and Upgrade of the LC-130H Polar Mission aircraft to LC-130J Aircraft
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors to modernize and upgrade the LC-130H Polar Mission aircraft to the LC-130J variant. The objective is to find qualified firms capable of delivering a fully modified and integrated LC-130J that meets the specific requirements for polar missions, as the existing LC-130H fleet is being phased out. This modernization effort is critical for maintaining operational capabilities in polar environments, and the government may consider a sole-source contract with Lockheed Martin Corp. Interested contractors must submit their responses, including a Contractor Capability Survey, by December 22, 2025, with the RFI extended to 10:00 AM EST on January 12, 2026. For further inquiries, contact Amber Mathe at amber.mathe@us.af.mil or Hannah Tuck at hannah.tuck.1@us.af.mil.