ContractCombined Synopsis/Solicitation

USAFRICOM Dedicated Passenger Air Charter Service

DEPT OF DEFENSE HTC71126RE119
Response Deadline
Dec 22, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

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, ensuring compliance with military regulations and operational readiness for missions primarily focused on USAFRICOM. This contract, which will be awarded as a Firm-Fixed Price with Time & Materials elements, has a base performance period from May 1, 2026, to April 30, 2027, with four additional one-year options extending through April 30, 2031. Interested parties should prepare to submit 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.

Classification Codes

NAICS Code
481211
Nonscheduled Chartered Passenger Air Transportation
PSC Code
V211
TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: AIR PASSENGER

Solicitation Documents

24 Files
HTC71126RE119 AFRICOM DPACS RFP.pdf
PDF1960 KBDec 1, 2025
AI Summary
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.
Atch 1 - AFRICOM DPACS PWS_19Nov2025.pdf
PDF420 KBDec 1, 2025
AI Summary
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.
Atch 2 - AFRICOM Pricing Table.xlsx
Excel18 KBDec 1, 2025
AI Summary
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.
Atch 6 - AFRICOM Technical Capability Worksheet.pdf
PDF173 KBDec 1, 2025
AI Summary
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.
Atch 7 - AFRICOM Past Performance Worksheet.pdf
PDF147 KBDec 1, 2025
AI Summary
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.
Atch 8 - AFRICOM PPQ.docx
Word32 KBDec 18, 2025
AI Summary
The
Atch 3 - AFRICOM Aircraft Identification Sheet.docx
Word20 KBDec 18, 2025
AI Summary
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.
Atch 4 - AFRICOM DD FORM 254.pdf
PDF76 KBDec 18, 2025
AI Summary
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.
Atch 5 - AFRICOM Business Compliance Checklist Coversheet.docx
Word25 KBDec 18, 2025
AI Summary
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.
Atch 9 - AFRICOM RFP Offeror Information Sheet.docx
Word19 KBDec 18, 2025
AI Summary
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.
Atch 10 - AFRICOM Basic Eligibility.docx
Word22 KBDec 18, 2025
AI Summary
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.
HTC71126RE1190001 SF 30.pdf
PDF1292 KBDec 18, 2025
AI Summary
This government document, Amendment/Modification Number 0001 to Solicitation Number HTC71126RE119, issued on December 16, 2025, by USTRANSCOM-AQ, updates solicitation attachments in response to submitted questions. The amendment revises and replaces several attachments, including the AFRICOM DPACS PWS, Pricing Table, Technical Capability Worksheet, and Past Performance Worksheet. All other terms and conditions of the original solicitation remain unchanged. This modification is critical for potential offerors to ensure they are using the most current documentation when preparing their proposals for the contract, HTC71126RE119.
HTC71126RE1190001 SF 1449.pdf
PDF2357 KBDec 18, 2025
AI Summary
This government solicitation, HTC71126RE1190001, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide dedicated fixed-wing airlift services for the U.S. Africa Command (USAFRICOM) and U.S. European Command (USEUCOM). The contract requires monthly basing for primary and surge aircraft, flight hours, and reimbursement for fuel and other expenses, with firm-fixed-price and time-and-materials pricing arrangements. The period of performance is from May 1, 2026, to April 30, 2031, including multiple option years. All services will be performed in Stuttgart-Boeblingen, Germany, and require compliance with DFARS clauses, including electronic submission of payment requests via Wide Area WorkFlow (WAWF). The solicitation also notes cybersecurity maturity model certification requirements.
Atch 2 - AFRICOM Pricing Table Rev.1.xlsx
Excel18 KBDec 18, 2025
AI Summary
The document, HTC711-CRW-R-02 Attachment 4, is a pricing table and CLIN description for a federal government Request for Proposal (RFP) concerning dedicated fixed-wing airlift services. It outlines pricing instructions, unit of measurement, estimated quantities, and specific line items (CLINs) for various services. Key CLINs include Monthly Basing Rate (Primary and Surge), Flight Hour Rate, Fuel Reimbursable, and Other Than Fuel Reimbursables, and Mobilization/Demobilization (Surge). The pricing table details costs across a Base Period, four Option Periods, and a 6-month extension, with specific
Atch 2 - AFRICOM Pricing Table Rev.2.xlsx
Excel18 KBDec 18, 2025
AI Summary
The document, titled "Attachment 4 - RW Price Table," outlines the pricing structure and instructions for offerors responding to a government Request for Proposal (RFP) identified as HTC711-CRW-R-02 and HTC71126RE119 AFRICOM DPACS/HTC71125RE145 AFRICOM DPACS. It provides a detailed pricing table for various services, including Monthly Basing Rate (Primary and Surge), Flight Hour Rate, Fuel Reimbursable, and Other Than Fuel Reimbursables, across a Base Period, four Option Periods, and a six-month extension. The instructions specify that offerors must not alter the formatting or government-set Not to Exceed amounts for fuel and other reimbursables, and all unit pricing must be in US Dollars, rounded to the nearest cent. The document also includes CLIN descriptions detailing the scope of work for each service, such as providing dedicated fixed-wing airlift, surge airlift, and associated mobilization/demobilization. The purpose is to standardize pricing submissions for air transportation services, ensuring clarity and compliance for potential contractors.
HTC71126RE119 AFRICOM DPACS QAs.pdf
PDF103 KBDec 18, 2025
AI Summary
The AFRICOM HTC71126RE119 Questions and Answers document addresses various clarifications and revisions related to a government solicitation. Key areas include adjustments to document formatting and page limits for proposal submissions, such as the Past Performance Worksheet and Technical Capability Worksheet. The document clarifies font size exceptions for solicitation-provided forms and provides guidance on submitting additional supporting information, including aircraft configuration diagrams. It details requirements for aircraft certifications (CARB approval and FAA OpSpecs) and specifies where evidence of these approvals can be provided. Pricing table revisions and clarifications for surge aircraft mobilization/demobilization and communication airtime reimbursement are also addressed. The document further clarifies the 48-hour requirement for substitute aircraft positioning and the interplay of pegged fuel rates with T&M fuel reimbursement. Finally, it outlines the Cybersecurity Maturity Model Certification (CMMC) Level 2 requirements, including eligibility for offerors with corrective action plans, confirms the necessity of a Facilities Clearance, and rejects a proposal deadline extension request.
HTC71126RE1190002 SF 1449.pdf
PDF2357 KBDec 18, 2025
AI Summary
This government solicitation, number HTC71126RE1190002, is a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide dedicated fixed-wing airlift services. The services, categorized under NAICS code 481211 (Nonscheduled Chartered Passenger Air Transportation), are for the U.S. Africa Command (USAFRICOM) and U.S. European Command (USEUCOM) missions. The contract includes monthly basing for primary and surge aircraft, flight hours, and reimbursement for fuel and other expenses. The initial performance period is from May 1, 2026, to April 30, 2027, with four additional one-year option periods extending through April 30, 2031. All services and deliveries will be performed and accepted in Stuttgart, Boeblingen, Germany, at Panzer Kaserne Bldg 2935. Payment requests and receiving reports will be processed electronically via the Wide Area WorkFlow (WAWF) system, with specific routing data provided.
HTC71126RE1190002 SF 30.pdf
PDF1353 KBDec 18, 2025
AI Summary
The document is Amendment/Modification 0002 to Solicitation HTC71126RE119, issued by USTRANSCOM-AQ on December 16, 2025. This amendment specifically revises Attachment 2 – AFRICOM Pricing Table to correct formula errors in the Summary Table. No other changes to the original solicitation are noted. The amendment specifies procedures for offerors to acknowledge its receipt, either by completing designated items, acknowledging on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified deadline may result in the rejection of an offer. This modification is purely administrative, focusing on correcting a pricing table, and requires no further action beyond acknowledgment from contractors if they wish to modify an already submitted offer.
Atch 1 - AFRICOM DPACS PWS Rev.1_16Dec2025.pdf
PDF420 KBDec 18, 2025
AI Summary
The Performance Work Statement (PWS) outlines the requirements for U.S. Africa Command (USAFRICOM) Dedicated Passenger Air Charter Service (DPACS). This contract seeks a provider for fixed-wing passenger air charter services primarily supporting USAFRICOM and secondarily U.S. European Command missions within their Areas of Responsibility and globally. The contractor must provide a primary aircraft based in Stuttgart, Germany, and a surge aircraft capability, meeting stringent performance, communication, and safety standards. Key requirements include specific aircraft capabilities (e.g., 12+ passengers, 4,500 lbs ACL, 4,250 NM range), secure satellite communication systems, and adherence to FAA, DoT, and DoD regulations. The contractor is responsible for all aspects of flight operations, maintenance, logistics, mission planning, and coordination with the 603d Air Operations Center (AOC). Payment is based on fixed monthly basing fees and flight hours, with provisions for fuel adjustments and performance-based decrements for operational readiness, on-time departures, and communication system availability. The document also details government-furnished services, reimbursable costs, insurance requirements, and reporting procedures for incidents and personnel. The overall purpose is to ensure reliable and safe air transportation services for military operations.
Atch 2 - AFRICOM Pricing Table Rev.2.1.xlsx
Excel18 KBDec 18, 2025
AI Summary
This government file, HTC711-CRW-R-02 Attachment 4, is a pricing table and CLIN description for a federal Request for Proposal (RFP) related to fixed-wing airlift services, likely for AFRICOM DPACS. It outlines instructions for offerors on completing the pricing table, emphasizing that formatting, government-set Not to Exceed amounts for fuel and other reimbursables, and estimated quantities are not to be altered. Offerors are to input unit pricing in US Dollars, rounded to the nearest cent, and can use “N/A” for escalation rates if a straight percentage is not applied. The file details various Contract Line Item Numbers (CLINs), including Monthly Basing Rates (Primary and Surge), Flight Hour Rate, Fuel Reimbursable, Other Than Fuel Reimbursables, and Mobilization/Demobilization (Surge). Each CLIN includes a service description and compensation details, such as fixed costs for basing and variable costs for flight hours, which incorporate a pegged fuel rate. It also specifies that fuel and other reimbursables are T&M reimbursements requiring third-party receipts. The document presents a pricing structure for a base period, four option periods, and a six-month extension, with associated subtotals and a grand total evaluated price.
Atch 6 - AFRICOM Technical Capability Worksheet Rev.1.pdf
PDF187 KBDec 18, 2025
AI Summary
The AFRICOM DPACS Technical Capability Worksheet (HTC71126RE119) outlines requirements for offerors in three subfactors: Aircraft Compliance, Mobilization & Basing Plan, and Scheduling & Mission Execution. For Aircraft Compliance, offerors must demonstrate their proposed aircraft meets PWS specifications, including passenger/cargo capabilities and worldwide communication systems, and describe mission adaptability. The Mobilization & Basing Plan requires a detailed strategy for positioning the primary aircraft and crew by May 1, 2026, and plans for mobilizing substitute and surge aircraft. Finally, Scheduling & Mission Execution focuses on the offeror's ability to schedule and execute flights under the 603d AOC's operational control and acquire necessary clearances for multi-country missions in Africa and Europe.
Atch 7 - AFRICOM Past Performance Worksheet Rev.1.pdf
PDF153 KBDec 18, 2025
AI Summary
This document, "Past Performance Worksheet – Rev.1" for HTC71126RE119 AFRICOM DPACS, is a crucial component of a government solicitation, requiring offerors to provide detailed past performance information. Offerors must list two to four contracts, performed or completed within the last five years, that are similar in scope, magnitude, and complexity to the current RFP. For each contract, the offeror must provide the contract name, contracting activity/company details (name, address, point of contact, verified email, phone number), contract type (e.g., FFP, IDIQ), annual/total contract value including options, period of performance, and a description of the work performed. This information will be used to validate past performance, with references receiving Attachment 8, the Past Performance Questionnaire. Unvalidated past performance will not be considered. The document emphasizes that it contains Source Selection Information, becoming CUI//SP-SSEL when filled in.
Information Brief AFRICOM_01 Dec.pptx
PowerPoint2079 KBDec 18, 2025
AI Summary
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.
AFRICOM Preproposal Conference Agenda.docx
Word26 KBDec 18, 2025
AI Summary
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.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 31, 2025
amendedAmendment #1· Description UpdatedNov 21, 2025
amendedAmendment #2· Description UpdatedNov 25, 2025
amendedAmendment #3· Description UpdatedDec 1, 2025
amendedAmendment #4· Description UpdatedDec 16, 2025
amendedAmendment #5· Description UpdatedDec 18, 2025
amendedLatest Amendment· Description UpdatedDec 18, 2025
deadlineResponse DeadlineDec 22, 2025
expiryArchive DateJan 6, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
US TRANSPORTATION COMMAND (USTRANSCOM)
Office
USTRANSCOM-AQ

Point of Contact

Name
Brenda Marshall

Place of Performance

Stuttgart, Baden-Württemberg, GERMANY

Official Sources