North Warning System (NWS) Heavy Fixed-Wing Airlift/Transportation Services
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4890 HQ ACC AMICHAMPTON, VA, 23666, USA

NAICS

Nonscheduled Chartered Freight Air Transportation (481212)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR FREIGHT (V111)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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 ryan_mark.tagatac.3@us.af.mil or TSgt Nelson Sosa at nelson.sosa@us.af.mil.

    Files
    Title
    Posted
    The document provides a comprehensive list of North Warning System (NWS) Heavy Fixed-Wing Sites, detailing their locations, types, and geographical coordinates. It categorizes sites as either Long Range Radar (LRR) or Logistic Support Site (LSS) across five zones. Key sites include Inuvik, NT (LSS-1), Cape Perry, NT (PIN-M), Cambridge Bay, NU (CAM-M), Hall Beach, NU (FOX-M), and Iqaluit, NU (LSS-Q). Additionally, the document summarizes the approximate runway lengths for various LRR sites, such as Shingle Point, YT (BAR-2) at 2795.3 ft and Hall Beach, NU (FOX-M) at 5410.0 ft. This information is crucial for logistical planning and operational support within the NWS.
    The North Warning System Distance Chart, updated April 1, 2008, provides comprehensive distance measurements in statute miles between various locations within the North Warning System network. The document is structured as a series of tables, detailing distances from numerous BAR, PIN, CAM, FOX, DYE, BAF, and LAB sites, as well as several cities including Inuvik, Yellowknife, Hay River, Montreal, Goose Bay, and Iqaluit. The charts are organized to allow users to quickly find the distance between any two listed points, serving as a critical reference for logistical planning, operations, and maintenance within the North Warning System. This file is essential for federal government entities involved in defense, infrastructure management, and emergency response in the northern regions.
    The North Warning System Flight Log (F/R #: NW XXXX) is a detailed form used to document various aspects of flights, likely for operational or maintenance purposes within a government contract. It records essential flight data, including aircraft registration, type, date, location, and crew information (Pilot #1, Pilot #2, Engineer). The log also confirms the completion of a safety briefing as per contract requirements. The purpose of the flight is categorized, with options such as PMI (Preventive Maintenance Inspection), CM (Corrective Maintenance), PMT (Preventive Maintenance Test), EMER (Emergency), and OTHER, along with a field for CSR #(S) (Customer Service Request numbers). The core of the log is a comprehensive schedule routing section for multiple flight legs, detailing departure and destination points, local times for
    Attachment 2, titled "Aircraft Unavailability Record," is a standardized form used to document when an aircraft is out of service. This record is crucial for government contracts, particularly within federal RFPs, grants, and state/local RFPs, as it tracks and attributes reasons for aircraft unavailability. The form requires detailed information, including the aircraft type, registration number, zone, and specific dates and times when the aircraft became unavailable and subsequently returned to service. A key aspect of the form is the classification of the unavailability reason as either "Contractor-Controllable" or "Contractor-Uncontrollable," with the final determination made by the Contracting Officer's Representative (COR). The form also captures the estimated return date, total hours/days out of service, and operational impact. For contractor-controllable delays, it specifically asks for the number of days delayed by weather and an explanation of how weather affected the return to service. This document ensures accountability and provides a clear record of operational status for contract compliance and performance monitoring.
    Attachment 2, titled "LIST OF AIRCRAFT," is a crucial component of a government contract, likely an RFP, outlining the aircraft requirements for the contractor. It mandates that the contractor either own or control specified aircraft, identified by tail numbers, to ensure complete operational control for contract performance. The document details a table for listing aircraft type, tail number, passenger seats, empty weight, maximum gross take-off weight, fuel burn rate, range, and maximum payload. It also stipulates that any additions or deletions of aircraft during the contract period require the concurrence of the Contracting Officer and technical approval from the COR and AMIC/Det 1. A key requirement is that all offered aircraft must be equipped and approved for IFR operations, emphasizing safety and operational capability.
    This document outlines instructions for Wide Area Work Flow – Receipt and Acceptance (WAWF-RA) electronic receiving reports and invoicing, which is mandatory for federal government contractors. It provides essential codes and contact information to ensure correct routing and processing of electronic payment requests. Key details include the CAGE Code (98247), Pay Office DODAAC (F67100), and specific DODAACs for issuing (FA4890), administration (FA4890), inspection (F2QF04), and service acceptance/ship-to (F2QF04). The document emphasizes that using WAWF expedites payment processing and allows online payment status monitoring without any associated fees. Questions regarding payment should be directed to DFAS Limestone Maine.
    The provided document is a Cost Summary Report for a carrier, detailing cumulative totals for cargo and personnel movement, as well as reimbursable expenses. The report includes sections for HFW Route 19 Bulk Fuel airlift and HFW Route 20 Cargo airlift, itemizing quantities, funding, percentage used, miles flown, and price. Reimbursable expenses are categorized into fuel, per diem, landing fees, and Nav Canada fees, with actual dollar values in both CAD and USD, and an exchange rate. This report is used to track and summarize financial and operational data related to airlifts and associated expenditures, likely for federal government RFPs or grants where detailed cost breakdowns are required for auditing and reimbursement purposes.
    The document, titled "National Defence: North Warning System Zone Map - Carte Zonale," produced by Public Works and Government Services Canada in May 2010, outlines the geographical zones and key sites of the North Warning System (NWS) across Canada's Arctic and northern regions. The map details five distinct zones (ZONE 1, ZONE 2, ZONE 3, ZONE 4, and ZONE 5) and identifies various types of installations critical to national defense. These include Short Range Radar Sites (SRRS), Long Range Radar Sites (LRRS), and Logistics Support Sites (LSS). Additionally, the map pinpoints sites associated with the Distant Early Warning (DEW) system and Environmental Remediation Sites. Key locations such as Grise Fiord, Iqaluit, Cambridge Bay, Hall Beach, Inuvik, and Goose Bay are highlighted, along with numerous radar installations identified by alphanumeric codes (e.g., FOX-4, BAR-1, CAM-3, PIN-1BD, LAB-1). The document's purpose is to provide a comprehensive zonal overview of the NWS infrastructure, crucial for strategic planning, operational management, and potentially for federal government RFPs related to maintenance, upgrades, or environmental remediation within these defense zones.
    The North Warning System Office (NWSO) seeks heavy fixed-wing air transportation services for Canadian and US Government North Warning System (NWS) sites. The contractor must provide aircraft, personnel, equipment, and supervision for transporting bulk Petroleum, Oil, and Lubricants (POL), outsized cargo, and supplies. The aircraft must carry at least 45,000 lbs, land on unimproved 4,000 ft runways, and have a minimum 9 ft by 10 ft cargo door. Services are required from August 1 to September 30 annually, for 18 to 26 consecutive flights, including oversized Mission Support Equipment transport. The contractor must maintain a 90% schedule reliability rate, adhere to Canadian and US government regulations, including NIST SP 800-171 security requirements, and obtain a Temporary Authority to Operate (TAO) from the DND/CAF. Prohibited activities include alcohol/THC consumption on NWS sites. The government provides aviation fuel at specific NWS sites, some lodging, and reimburses for approved landing fees and en-route navigational charges. Invoicing requires detailed flight logs and cost summaries. The contractor is responsible for cargo safety, weight and balance, and hazardous material removal from NWS sites.
    The document is a Question and Answer Matrix for the North Warning System (NWS) Heavy Fixed Wing (HFW) Airlift Services (Recompete). It serves as a tool for offerors to submit comments and questions related to the recompete of the HFW Airlift Services. The matrix includes columns for question number, document, page number, paragraph, the offeror's comment/question, and a section for government-only disposition. This structure indicates that the document is part of a federal government Request for Proposal (RFP) process, designed to facilitate communication and clarification between potential contractors (offerors) and the government regarding the requirements and specifications for the NWS HFW Airlift Services. The main purpose is to manage inquiries and provide official responses to ensure all offerors have a clear understanding of the solicitation.
    This document outlines instructions for offerors responding to a government solicitation for non-commercial, competitive acquisition under NAICS Code 481212. It details proposal submission requirements, emphasizing electronic submission via DoD SAFE or email, and warns against late submissions. Offerors must acknowledge all amendments and provide comprehensive technical and pricing information in separate volumes. Technical proposals must demonstrate understanding of requirements, provide evidence of at least 12 months of technical experience within the last five years, and detail capabilities in Instrument Flight Rules, Heavy Fixed Wing (HFW) capacity, distance requirements, and managing aircraft utilization. Pricing proposals require detailed cost breakdowns, adherence to provided not-to-exceed amounts, and supporting documentation. The document also specifies formatting, page limits, and conditions for exceptions. Formal communications are to be directed via email to designated contacts, with questions due 15 calendar days after the solicitation release. It also covers debriefing procedures and information required for responsibility determination.
    This document outlines the evaluation factors for awarding a federal contract, emphasizing a best-value tradeoff source selection process in accordance with FAR Part 15 and DoD/DAFFARS procedures. Technical factors are significantly more important than price, with Subfactor E being the only technical subfactor included in the tradeoff. The government will use a two-step evaluation: first, assessing technical and price proposals, then making award determinations, potentially without discussions. Technical proposals are rated on an Acceptable/Unacceptable basis for Subfactors A and B, and a combined technical/risk rating (Blue/Outstanding to Red/Unacceptable) for Subfactors C and D. Proposals receiving an Unacceptable rating in Factor D are not awardable. Price proposals are evaluated for fairness, reasonableness, completeness, and balance, with unbalanced or incomplete proposals potentially being rejected. The government intends to award one contract without discussions, reserving the right not to award based on proposal acceptability and fund availability.
    Lifecycle
    Similar Opportunities
    North Warning System (NWS) Rotary Airlift Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command Acquisition Management and Integration Center, is seeking sources for Rotary Airlift Services to support the North Warning System (NWS) in Canada. The contractor will be responsible for providing personnel, equipment, and services necessary for air transportation across various NWS operational areas, ensuring compliance with Canadian aviation regulations and maintaining a 95% annual schedule reliability rate. This opportunity is critical for maintaining operational readiness and support for national defense in the Arctic region. Interested parties must submit a capabilities package by 1100 Eastern Time on January 20, 2026, to Capt Ryan Tagatac at ryanmark.tagatac.3@us.af.mil, with the solicitation anticipated to be issued around May 5, 2026.
    Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (ICEX 2026 Operation Ice Camp Air Charter Services)
    Dept Of Defense
    The U.S. Department of Defense, through the United States Transportation Command (USTRANSCOM), is seeking proposals from qualified contractors to provide air charter services for the Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory in support of ICEX 2026 Operation Ice Camp. The procurement involves four distinct Contract Line-Item Numbers (CLINs) for various aircraft types, including ski-wheel equipped aircraft for pioneering landings, a rear-loading aircraft for personnel and cargo, and rotary-wing aircraft for helicopter services, with operations scheduled between mid-February and the end of March 2026. This opportunity is critical for facilitating Arctic operations, emphasizing the need for contractors with experience in similar environments and capabilities to meet specific technical requirements. Proposals are due by January 5, 2026, at 12:00 Noon CST, and must be submitted electronically to Brenda Marshall at brenda.l.marshall10.civ@mail.mil.
    Synopsis SPE605-26-R-0203, 1.6A Canada
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is preparing to issue a presolicitation notice for the procurement of aviation turbine fuel under solicitation number SPE605-26-R-0203, specifically for delivery to various sites in Canada. This acquisition involves two line items: approximately 5.2 million gallons of fuel to be delivered via bulk tanker in the East Region and about 4.1 million gallons via barge in the West Region, with a contract duration of five years starting April 1, 2026. The procurement is critical for military operations and will be awarded based on the lowest price technically acceptable offers, with vendors required to provide specific documentation upon solicitation release. Interested parties should direct inquiries to Jermaine Smith or John Parson and submit responses by December 19, 2025, to the designated email address.
    Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking proposals for Contractor Logistics Support (CLS) services for its C-12 aircraft fleet under the proposed solicitation number FA8134-24-R-B001. The primary objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies globally, with a focus on maintaining a minimum mission capable rate of 80%. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, potentially lasting up to ten years, with an initial performance period of one year, and will require contractors to adhere to FAA standards while managing logistics across multiple domestic and international locations. Interested parties must submit their proposals by February 2025, with a pre-solicitation conference scheduled for November 1, 2024, and all inquiries should be directed to the contracting officer, Hiwot Tamirat, at hiwot.tamirat@us.af.mil.
    Airlift Efficiency Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force's Operational Energy Office, is seeking innovative solutions through a Commercial Solutions Opening (CSO) aimed at enhancing airlift efficiencies for military and commercial transport aircraft. The solicitation invites proposals for technologies that may include new designs or adaptations of existing systems, particularly focusing on dual-use propulsion systems with thrust capabilities between 35,000-50,000 lbs, which could benefit aircraft like the C-17 Globemaster and next-generation blended wing body designs. This initiative is critical for addressing energy demands and logistics in contested environments, with a market opportunity projected at $35-40 billion until 2045. Interested parties must submit solution briefs by March 13, 2025, and can contact Capt Madison Tikalsky at madison.tikalsky.1@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil for further information.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    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.
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for launch services, providing assured access to space for national security missions while maintaining affordability and competition among providers. The selected contractors will be responsible for delivering launch services for approximately 30 missions, with proposals due by 1500 Pacific Time on January 22, 2026. Interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further information and to access sensitive RFP documents.
    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.
    N0001925R0024 C-130 Depot Maintenance Repair and Overhaul (MRO): DRAFT Request For Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for the C-130 Depot Maintenance Repair and Overhaul (MRO) services, as outlined in the Draft Request for Proposal (RFP) N0001925R0024. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period and an optional five-year extension, focusing on the maintenance and repair of C-130 aircraft, which are critical to U.S. military operations. Interested contractors must be incorporated in the United States and can access the draft solicitation and related documents through the U.S. Government Procurement Integrated Enterprise Environment (PIEE) website, with a deadline for industry questions set for September 25, 2025, and a pre-solicitation conference scheduled for December 2, 2025. For further inquiries, potential offerors can contact Gregory Webster at gregory.j.webster8.civ@us.navy.mil.