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
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 7, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 6:00 PM UTC
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.
Jan 7, 2025, 9:05 PM UTC
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
Repair Arctic Foundation Bldg 4002 (WWCX 15-1009) Pituffik Space Base, Greenland
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for the repair of the Arctic Foundation Building 4002 at Pituffik Space Base in Greenland. The project entails comprehensive repairs, including clearing arctic ducts of debris, installing new dampers, actuators, and motors, and providing additional maintenance stock, all in accordance with detailed specifications and safety regulations. This initiative is crucial for enhancing operational capabilities in extreme environments and ensuring the facility meets necessary standards for functionality and safety. Interested contractors should contact Rene Streander at rene.streander.2.dk@spaceforce.mil or Andrew Lucas at andrew.lucas@spaceforce.mil for further details, with bids due by the specified deadlines outlined in the solicitation documents.
C-40 Contractor Logistics Support: Solicitation
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for a single source Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to provide Contractor Logistics Support (CLS) services for the C-40A aircraft, which includes seventeen (17) United States Navy (USN) aircraft and two (2) United States Marine Corps (USMC) aircraft. This procurement aims to ensure the operational readiness and maintenance of these aircraft, which are critical for tactical airlift missions. Interested parties are required to submit their proposals by 4:00 PM EST on April 28, 2025, following an extended preparation period, and may request access to technical library documents via email to the designated contacts, Karin Jensvold and Jessica McGee. For any inquiries, questions must be submitted by 12:00 PM EST on March 31, 2025, using the provided Industry Worksheet.
Request for Proposal: Air Taxi Services – Ketchikan, Hyder, Alaska
Buyer not available
The United States Postal Service (USPS) is soliciting proposals for Air Taxi services between Ketchikan, AK, and Hyder, AK, under solicitation number 5A-25-A-0001. The procurement aims to establish a contract with a four-year base period starting July 10, 2025, and includes two optional two-year extensions, focusing on timely delivery of various mail classes while adhering to federal regulations. This initiative is crucial for enhancing logistics and service delivery in remote Alaskan locations, with a contract value ranging from $10,000 to $1,950,000 over the performance period. Interested suppliers must submit their proposals by April 18, 2025, and direct inquiries to Diane N. Brown at diane.n.brown@usps.gov or Doug Brewer at Douglas.E.Brewer@usps.gov by April 10, 2025.
FY26 CES Snow Removal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for snow removal services at Fairchild Air Force Base in Washington for fiscal year 2026, with options for four additional years. The procurement is a total small business set-aside under NAICS code 561790, requiring contractors to provide personnel, tools, and equipment for snow removal across designated areas, including sidewalks and parking lots, with strict timelines for service initiation and completion based on snow accumulation. This contract is crucial for maintaining safe and accessible conditions during winter months, ensuring operational readiness and community safety. Interested vendors must submit proposals by April 30, 2025, and are encouraged to attend a site visit on April 15, 2025; for further inquiries, they can contact Branden Lawson at branden.lawson@us.af.mil or Valerie Lawrence at valerie.lawrence@us.af.mil.
Request for Information (RFI) FY26 JBER Grounds Maintenace and Snow/Ice Removal Services
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking industry feedback for the Request for Information (RFI) regarding Grounds Maintenance and Snow/Ice Removal Services at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement aims to gather insights on draft documents related to the performance work statement, evaluation factors, and proposal instructions, with a focus on ensuring comprehensive grounds maintenance and effective snow and ice removal to maintain safety and operational readiness. These services are critical for promoting healthy ecosystems and ensuring a professional appearance of the base's facilities. Interested parties are encouraged to submit their responses by close of business on April 9, 2025, to the primary contact, Shelby Langston, at shelby.langston.1@us.af.mil, or to Kenneth Gunn at kenneth.gunn@us.af.mil.
NOAA SHIP FAIRWEATHER DUTCH HARBOR PORT SERVICE
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide husbandry services for the NOAA Ship Fairweather during its visit to Dutch Harbor, Alaska, from June 1 to December 31, 2025. The procurement includes essential services such as moorage, line handling, potable water supply, waste management, and fuel loading, with a specific focus on supporting hydrographic survey operations in the Bering Sea. This opportunity is critical for ensuring the operational readiness of federal maritime activities in the region, with a firm-fixed-price contract awarded based on experience, availability, and pricing. Interested vendors must submit their quotes by February 20, 2025, to Alexander Cancela at alexander.cancela@noaa.gov, and ensure compliance with all outlined requirements, including active SAM registration and acknowledgment of solicitation amendments.
2025 HURRICANE EXERCISE SUPPORT SERVICES
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide support services for the 2025 Hurricane Exercise, scheduled to take place from June 4 to June 8, 2025, in Marietta, Georgia. The contractor will be responsible for personnel, equipment, and materials necessary for planning, executing, and evaluating hurricane response scenarios, which will involve coordination with civilian authorities and various emergency support functions. This exercise is critical for enhancing the readiness of the Georgia National Guard and ensuring effective integration with federal military response forces. The total award amount for this firm fixed-price contract is set at $24 million, with proposals due by April 17, 2025. Interested parties can contact Ben Russell at benjamin.a.russell8.mil@army.mil or Jim Shuman at james.e.shuman.civ@army.mil for further information.
Point Mugu Passenger Air Transportation Services (PMPATS)
Buyer not available
The United States Transportation Command (USTRANSCOM) is preparing to issue a solicitation for passenger air transportation services between Point Mugu, California, and San Nicholas Island, California, as well as China Lake, California. The contract will facilitate military and government civilian passenger movement five days a week, with the potential for additional flights as needed, and will be awarded as a Firm-Fixed Price contract primarily set aside for small businesses. The base period of performance is expected to commence on October 1, 2025, and run through September 30, 2026, with four optional extensions available until September 30, 2030. Interested parties can expect the Request for Proposal (RFP) to be available on SAM.gov around April 23, 2025, and should direct inquiries to MSgt Shawn Creedon at shawn.m.creedon.mil@mail.mil or Thomas M. Fee III at thomas.m.fee2.civ@mail.mil.
Tanker Voyage Charter
Buyer not available
The Department of Defense, through the Military Sealift Command Norfolk, is soliciting proposals for a tanker voyage charter under Request for Proposal (RFP) N3220525R4066. The procurement aims to acquire a vessel capable of transporting a minimum of 12,000 barrels of clean product, specifically requiring a U.S. or foreign flagged double-hull tanker equipped with an Inert Gas System and segregated ballast tanks, in compliance with stringent safety and environmental regulations. This charter is critical for logistical operations, with the intended loading port in Killingholme, UK, and the discharging port in Akrotiri, Cyprus, while adhering to specific vessel size and draft restrictions. Proposals are due by April 10, 2025, and interested parties should direct inquiries to Brandon Page at brandon.a.page.civ@us.navy.mil or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further information.
TANKER VOYAGE CHARTER
Buyer not available
The Department of Defense, through the Military Sealift Command (MSC), is seeking information regarding the charter of double-hull tankers for transporting clean petroleum in support of the Defense Logistics Agency-Energy. The procurement requires tankers with a minimum capacity of 31,000 barrels of Jet Propellant-5 (JPTS), adhering to specific age limitations and operational requirements, with loading scheduled in Texas City, Texas, and discharge in Killingholme, U.K., between May 20 and June 3, 2025. This opportunity is crucial for ensuring the reliable transportation of fuel for military operations, and interested parties must submit their company and vessel details, along with charter rates, by April 8, 2025. For further inquiries, potential respondents can contact David Hamilton or Robbin A. Jefferson via the provided email addresses.