USAFRICOM Dedicated Passenger Air Charter Service
ID: HTC71126RE119Type: 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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for dedicated passenger air charter services (DPACS) to support the U.S. Africa Command (USAFRICOM) and U.S. European Command (USEUCOM) missions. The contractor will provide a primary fixed-wing aircraft based in Stuttgart, Germany, along with surge aircraft capabilities deployable within 15 days of request, managing all aspects of air transport, logistics, and compliance with military regulations. This contract is crucial for ensuring reliable air transport services in support of military operations, with a base period of performance from May 1, 2026, to April 30, 2027, and four additional one-year option periods extending to April 30, 2031. Interested parties must submit their proposals by December 22, 2025, and can direct inquiries to Brenda Marshall at brenda.l.marshall10.civ@mail.mil or Thomas M. Fee at thomas.m.fee2.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Africa Command (USAFRICOM) held a pre-proposal conference on December 1, 2025, for its Dedicated Passenger Air Charter Service (DPACS) solicitation (HTC71126RE119). The meeting provided an overview of the solicitation objectives, focusing on proposal format, submission requirements, and evaluation criteria as outlined in FAR 52.212-1 and FAR 52.212-2. Attendees included representatives from U.S. Transportation Command and AFRICOM. Key topics covered proposal volumes (Business Compliance, Technical Capability, Past Performance Information, and Price), formatting guidelines, and compliance requirements such as SAM registration and air carrier status validation. The evaluation process emphasizes clear, concise, and substantiated details from offerors. Questions regarding the requirements are due by December 8, 2025.
    This Performance Work Statement outlines the requirements for U.S. Africa Command (USAFRICOM) Dedicated Passenger Air Charter Service (DPACS). USAFRICOM seeks a contractor to provide fixed-wing passenger air charter services, including a primary aircraft based in Stuttgart, Germany, and a surge aircraft capability. The contractor must manage all aspects of air transport, logistics, maintenance, and adhere to military regulations. Key requirements include stringent aircraft capabilities, a secure satellite communication system, and compliance with Department of War (DoW) and FAA regulations. The contract details payment calculations, scheduling, mission execution, maintenance, basing, and insurance. The Service Delivery Summary (SDS) outlines performance objectives and metrics for flight execution, substitute aircraft provision, communication system reliability, on-time departures, and passenger services. Government-furnished services and equipment are also specified, alongside general information regarding contract line items, reimbursable costs, operational readiness, and accident reporting. Critical emphasis is placed on maintaining high operational and schedule reliability, with penalties for non-compliance.
    Attachment 10 of the HTC71126RE119 AFRICOM DPACS solicitation, titled "Basic Eligibility and Carrier Flag Status," requires offerors to provide crucial information regarding their operational and legal standing for a Department of War (DoW) contract. The document specifies that offerors must confirm if they will own and operate the aircraft, possess approval from the DoW Commercial Airlift Review Board (CARB) for the Commercial Air Transportation Quality and Safety Review Program, and declare their status as a US or Foreign Flag Carrier. Additionally, offerors must confirm if their aircraft and services are listed on their FAA-issued Operations Specification (OpSpecs) paragraph D085 or equivalent, providing a plan for FAA approval within 30 days of award if not. This attachment is essential for source selection, ensuring compliance and operational readiness for the proposed air transportation services.
    The document, "HTC711-CRW-R-02 Attachment 4 - RW Price Table," outlines the pricing structure and instructions for offerors responding to a government Request for Proposal (RFP) for dedicated fixed-wing airlift services, likely for AFRICOM DPACS operations. It details the pricing table format, emphasizing that offerors should not alter the template, use US Dollars rounded to the nearest cent, and refrain from using formulas in specific fields. Key instructions include not changing government-set "Not to Exceed" amounts for fuel and other reimbursables, nor altering estimated quantities. The document specifies various CLINs (Contract Line Item Numbers) for services such as Monthly Basing Rate (Primary and Surge), Flight Hour Rate, Fuel Reimbursable, and Other Reimbursables, and Mobilization/Demobilization (Surge). It defines the compensation structure for each CLIN, differentiating between fixed and variable costs. The pricing table covers a Base Period, four Option Periods, and a 6-month extension, with pre-filled reimbursable costs and subtotals for each period. The document is critical for offerors to accurately submit their pricing in compliance with the RFP requirements.
    This document, "Attachment 3 Aircraft Identification Sheet" for the HTC71126RE119 AFRICOM DPACS contract, outlines the mandatory aircraft requirements for offerors providing Dedicated Passenger Air Charter Service (DPACS) to U.S. Africa Command (USAFRICOM). It specifies that only approved aircraft, either owned or controlled by the contractor, can be used. The document details a table for offerors to insert proposed aircraft information, including type, tail number, passenger seats, range, allowable cabin load, empty weight, maximum gross take-off weight, cruise speed, and fuel burn rate. Crucially, it requires offerors to confirm whether each proposed aircraft satisfies specific Performance Work Statement (PWS) requirements, such as having a pressurized cabin, internal passenger stairs, an auxiliary power unit, an emergency oxygen system, baggage tie-down/restraint system, 14 CFR Part 36 compliance (Stage 3 or 4), IFR-equipped for instrument meteorological conditions, ability to take-off/land on a 7,000 ft runway and up to 8,000 ft mean sea level, and a minimum capacity of 10 passengers with 3,000 lbs ACL and 4,250 NM range without refueling. The document also describes the process for adding, replacing, or deleting aircraft through DoD technical acceptability and Contracting Officer approval via contract modification.
    The document is not a government file but rather an error message indicating that the PDF viewer may not be able to display the document's contents. It suggests upgrading to the latest version of Adobe Reader and provides links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. This content is not relevant to government RFPs, federal grants, or state/local RFPs, as it only addresses a technical viewing issue.
    The AFRICOM DPACS Business Compliance Checklist Coversheet (Attachment 5) is a mandatory document for offerors submitting proposals for the HTC71126RE119 solicitation. This checklist ensures compliance with various federal acquisition regulations and requirements, including proper completion of solicitation and contract documentation (SF 1449, CAGE Code, SAM Registration, DD 254), accurate payment and remittance information, acknowledgment of solicitation amendments, and detailed company identification for prime and subcontractors (Attachment 9, UEI). Additionally, offerors must meet eligibility criteria (Attachment 10, Air Carrier Certification, DoD CARB Status), complete representations and certifications via SAM.gov or alternative submissions, and demonstrate cybersecurity compliance with NIST SP 800-171 assessment and CMMC Level 2. Failure to complete all items may result in proposal rejection.
    This document, Attachment 6 for RFP HTC71126RE119 AFRICOM DPACS, outlines the technical capabilities required from offerors for air transportation services. It is structured into three subfactors: Aircraft Compliance, Mobilization & Basing Plan, and Scheduling & Mission Execution. Under Aircraft Compliance, offerors must detail how their proposed aircraft meet PWS specifications, including adaptability for passenger, cargo, or mixed configurations, and the capabilities of their communication systems. The Mobilization & Basing Plan requires a comprehensive strategy for positioning the primary aircraft and crew by May 1, 2026, as well as plans for mobilizing substitute aircraft during maintenance and surge aircraft within 15 days of notification. Finally, the Scheduling & Mission Execution subfactor demands an approach to scheduling and executing missions under the 603d AOC's operational control, including a plan for acquiring necessary clearances for multi-country missions in Africa and Europe. The document emphasizes conciseness, adherence to text box limitations, and direct responses to PWS requirements, with additional space provided for expanded responses.
    This document, Attachment 7 for AFRICOM DPACS (HTC71126RE119), is a Past Performance Worksheet for offerors responding to an RFP. It requires companies to list two to four past contracts, either currently active or completed within the last five years, that are similar in scope, magnitude, and complexity to the work outlined in the solicitation. Each contract entry requires detailed information, including the contract name, contracting activity/company, address, government contracting officer or commercial point of contact (with verified email and phone), contract type, annual/total contract value, period of performance, and a description of the work performed. Crucially, the references provided must be the same ones that will complete Attachment 8 (Past Performance Questionnaire), and all past performance information must be verifiable by a source other than the offeror to be considered valid.
    The
    The document, titled "Offeror Information Sheet" (Attachment 9) for the HTC71126RE119 AFRICOM DPACS project, is a form used in government contracting to gather essential information from companies bidding on a federal project. It is classified as Source Selection Information, indicating its sensitive nature in the procurement process. The form requires offerors to provide their official name and address, UEI (Unique Entity Identifier), and CAGE (Commercial and Government Entity) codes. It also asks for contact details (name, phone, email) of individuals authorized to negotiate and sign on behalf of the offeror. Additionally, the sheet collects similar identification information (name, address, UEI/CAGE code) for up to two principal subcontractors, with an option to mark "N/A" if not applicable. The document concludes with a space for the offeror representative's signature and the date signed, confirming the accuracy of the provided details. This form is crucial for evaluating potential contractors and their key partners in federal RFPs.
    This government solicitation (HTC71126RE119) is for dedicated fixed-wing airlift services to support U.S. Africa Command (USAFRICOM) and U.S. European Command (USEUCOM) missions. The Request for Proposal (RFP) outlines a base period from May 1, 2026, to April 30, 2027, with four one-year option periods extending to April 30, 2031. The services include monthly basing for primary and surge aircraft, flight hours, and reimbursement for fuel and other expenses. The contract is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) under NAICS code 481211. The contracting activity is USTRANSCOM-AQ, located at Scott AFB, IL. All invoices and receiving reports must be submitted electronically via the Wide Area WorkFlow (WAWF) system, following specific document types and routing data. The inspection and acceptance location for all services is Panzer Kaserne Bldg 2935, Stuttgart Boeblingen, Germany, with Mark Radvanczy as the point of contact.
    The U.S. Africa Command (USAFRICOM) held a pre-proposal conference for its Dedicated Passenger Air Charter Service (DPACS) (Solicitation: HTC71126RE119). The conference provided an overview of the solicitation requirements, emphasizing compliance with FAR 52.212-1 (Instructions to Offerors) and FAR 52.212-2 (Evaluation Criteria). Key requirements include submitting proposals in four volumes: Business Compliance, Technical Capability, Past Performance, and Price. Offerors must adhere to strict formatting guidelines, be registered with SAM, meet NIST Assessment & CMMC Level 2, and possess valid air carrier status with CARB and FAA OpSpecs. Proposals will be evaluated on Business Compliance (Acceptable/Unacceptable), Technical Capability (Acceptable/Unacceptable across subfactors), Past Performance (Overall Confidence Rating), and Price (Fair & Reasonable, Not Unbalanced). The deadline for questions is December 8, 2025, and proposals are due by December 22, 2025.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Trans-Africa Airlift Services Contract North and West Africa - Fixed Wing
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking to modify an existing contract for Trans-Africa Airlift Services, specifically for fixed-wing transportation in North and West Africa. This modification will exercise the option to extend services under task order HTC71117FR012, awarded to Berry Aviation, Inc., in accordance with FAR 16.505. The services are critical for ensuring efficient air freight transportation and relocation operations in the region. Interested parties can reach out to Tyler Gilmore at tyler.r.gilmore2.civ@mail.mil or Thomas M. Fee at thomas.m.fee2.civ@mail.mil for further information, with the period of performance set from February 1, 2023, to July 31, 2023.
    Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (ICEX 2026 Operation Ice Camp Air Charter Services)
    Buyer not available
    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.
    USTRANSCOM SMALL BUSINESS
    Buyer not available
    The U.S. Transportation Command (USTRANSCOM), part of the Department of Defense, has issued a special notice regarding upcoming small business opportunities. Interested parties are encouraged to visit USTRANSCOM’s website to review the Procurement Forecast dated September 17, 2025, which outlines anticipated procurement needs for the Transportation Division for fiscal years 2026 and 2027. This forecast is crucial for small businesses looking to engage in contracts that support USTRANSCOM's mission in transportation logistics. For further inquiries, interested vendors can contact USTRANSCOM's Small Business office via email at USTRANSCOM.SMALLBUSINESS@MAIL.MIL.
    DLA Conveyor
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to extend services under a sole source contract for Facility Maintenance and Repairs Services for the conveyor system at DLA Distribution Europe. This extension is necessary to prevent a gap in service that would hinder the timely fulfillment of customer requirements in the EUCOM, CENTCOM, and AFRICOM areas, as the current contract expired on March 17, 2023. The new contract, designated W564KV-23-P-0019, will be a six-month Firm Fixed-Price (FFP) contract, allowing for continued operations while the follow-on competitive contract under solicitation number W564KV-23-Q-0011 is finalized. Interested parties can reach out to Brian Davis at brian.j.davis16.civ@mail.mil for further information.
    USAFE FIGHTER/LIGHT AIRCRAFT RECOVERY TRANSPORT
    Buyer not available
    The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base, intends to procure six AMS Fighter Aircraft Transporters for delivery to Ramstein Air Force Base in Germany and other European locations. These transporters are essential for the recovery of both light and advanced fighter aircraft, designed to operate on various surfaces with a weight capacity of at least 10 tons and a low insertion height of 12 inches. This acquisition aligns with military logistics and aircraft recovery operations, enhancing operational readiness and minimizing downtime. Interested small businesses must submit their quotes by December 13, 2024, and are required to be registered in the System for Award Management (SAM) prior to submission. For inquiries, contact SSgt Jacolbi Thomas at jacolbi.thomas.1@us.af.mil or Ms. Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    DoDEA Daily Commute Student Transportation Services to the Hohenfels Military Community, Germany
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is conducting market research to identify qualified companies capable of providing daily commute student transportation services for the Hohenfels Military Community in Germany, with services anticipated to commence on August 1, 2026. The procurement encompasses full transportation services, including personnel, supervision, supplies, and equipment, adhering to DoDEA and Host Nation requirements, with a strong emphasis on safety, efficiency, and rigorous contract management. Interested vendors must submit a statement of interest, a capability statement (maximum of three pages), and a non-binding Rough Order of Magnitude (ROM) cost estimate by 11:00 AM EST on November 17, 2025, to Esther.Yi@dodea.edu, including “HE125426REHOHENFELS” in the subject line. Respondents must also be registered in the System for Award Management (SAM) database to be eligible for any resultant contracts.
    51-Day Dry Cargo Time Charter
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC), is conducting market research for a 51-day dry cargo time charter to transport military cargo, including tracked and wheeled vehicles and breakbulk. The procurement seeks U.S. and foreign flag, self-sustaining vessels capable of accommodating a portion of 450,000 square feet of cargo, with the charter period commencing on March 25, 2026, and delivery and redelivery taking place at Beaumont, Texas. This opportunity is crucial for ensuring the timely and efficient movement of military supplies, and interested parties must submit vessel details, proposed layday, daily charter hire rate, and other relevant information by 1000 ET on December 9, 2025, via email to Jordan Morrison at jordan.a.morrison5.civ@us.navy.mil.
    IT and Support Divison Procurement Forecast is now available on USTRANSCOM's website
    Buyer not available
    The U.S. Transportation Command (USTRANSCOM) is announcing the availability of its Procurement Forecast for the IT and Support Services Divisions, which can be accessed on their official website. This forecast outlines anticipated procurement opportunities for fiscal years 2026 and 2027, detailing both the IT and Support Services and Transportation sectors. The information is crucial for businesses looking to engage with USTRANSCOM, as it provides insights into upcoming contracts and service needs. For further inquiries, interested parties can contact the USTRANSCOM Small Business office via email at USTRANSCOM.SMALLBUSINESS@MAIL.MIL or by phone at 618-817-9407.
    RFI: AFSAT Student Support Services - Transportation Solutions for International Students
    Buyer not available
    The Department of Defense, specifically the Air Force Security Assistance Training Squadron (AFSAT), is seeking innovative transportation solutions from qualified Small Business 8(a) entities to support international students attending training programs across various locations in the United States. The procurement focuses on providing comprehensive ground and air transportation services, as well as lodging accommodations, ensuring safe, reliable, and cost-effective solutions tailored to the unique needs of international students. This initiative is crucial for facilitating the training and education of international military students, enhancing their experience while adhering to federal, state, and local regulations. Interested vendors must submit their responses by October 15, 2025, at 5:00 PM CST, and can direct inquiries to Zachary Oliverson at zachary.oliverson@us.af.mil or Matthew DeLeon at matthew.deleon.3@us.af.mil.
    DoD BUS CARRIER APPROVAL By DTMO
    Buyer not available
    The Department of Defense, through the Defense Travel Management Office (DTMO), is announcing a special notice regarding the upcoming solicitation for bus and van services at Joint Base San Antonio (JBSA), anticipated to be released around January 2026. The 502d Contracting Squadron is seeking contractors to provide non-personal transportation services that support the operational needs of JBSA Lackland and Fort Sam Houston, including contingency transportation, while ensuring compliance with government scheduling and cleanliness standards. To be eligible for this contract, potential offerors must be Approved DoD Bus Carriers by the DTMO at the time of proposal submission and must hold the necessary Texas licenses and Class B commercial driver's licenses with passenger endorsements. Interested parties should reach out to Barbara A. Jewett at barbara.jewett.1@us.af.mil or 210-652-5454, or Ericka L. McGlone at ericka.mcglone@us.af.mil or 210-652-8586 for further inquiries, noting that this notice is not a solicitation for proposals at this time.