Request for Proposal: Air Taxi Services – Anchorage / Tyonek / Beluga / Alexander Creek, Alaska
ID: 5A-25-A-0002Type: Solicitation
Overview

Buyer

POSTAL SERVICEPOSTAL SERVICESUPPLIES MATERIAL MGMTPHILADELPHIA, PA, 19197, USA

NAICS

Scheduled Freight Air Transportation (481112)

PSC

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

    The United States Postal Service (USPS) is soliciting proposals for air taxi services to facilitate mail transport between Anchorage, Tyonek, Beluga, and Alexander Creek, Alaska. The contract, which has an initial term of four years starting July 31, 2025, includes options for two additional two-year extensions and requires suppliers to manage all aspects of mail transport, prioritizing mail over passengers and freight. This service is crucial for ensuring reliable mail delivery to remote Alaskan communities, enhancing connectivity and accessibility for residents. Interested offerors should contact Diane N. Brown at diane.n.brown@usps.gov or Doug Brewer at Douglas.E.Brewer@usps.gov for further details, with the contract value ranging from $10,000 to $550,000.

    Files
    Title
    Posted
    The government file outlines a transportation solicitation (5A-25-A-0002) offering service schedules for Anchorage, Tyonek, Beluga, and Alexander Creek in Alaska. It details winter (October 1 to April 30) and summer (May 1 to September 30) trip schedules, specifying departure and arrival times, mileage, and frequencies for each route. The document categorizes trips as “1, 3, 5” and “2, 4” based on the days of operation, indicating specific routes for regular and alternative schedules. Each route lists the round-trip mileage and expected annual trip counts, with noted national holidays when the service would not operate. It sets minimum capacity requirements for cubic feet and weight, while also allowing the supplier flexibility in operational logistics from a secondary airfield, Merrill Field. The purpose of this solicitation aligns with government RFP processes aimed at securing reliable transportation services for these remote Alaskan communities, ensuring accessibility and connectivity for residents. This structured approach demonstrates efficiency in resource allocation for public transportation requirement fulfillment.
    This document outlines the representations and certifications required for offerors responding to federal Request for Proposals (RFPs) and grants, specifically tailored for the U.S. Postal Service. It opens by prompting offerors to identify their type of business organization—ranging from corporations to nonprofit organizations—and to specify if they qualify as small businesses or minority-owned enterprises. The criteria for small business designation are clearly defined, along with explanations for minority and woman-owned businesses. Additionally, offerors must disclose their relationships with Postal Service employees to ensure compliance with ethical standards. The document requires the submission of a U.S. Taxpayer Identification Number (TIN) and offers clarity on parent company definitions, along with necessary certifications regarding pricing integrity and competition. A critical certification to be completed by bidders worth $100,000 or more addresses debarment and legal eligibility, ensuring they are free from prior convictions or contract defaults. It is emphasized that providing false information may lead to severe legal repercussions. Overall, this document is essential in maintaining transparency and ethical practices within federal procurement processes.
    The document outlines pricing proposals for a federal solicitation (5A-25-A-0002) related to transportation services based on the Great Circle Mile (GCM) rate. It is divided into three primary sections: pricing data for the base period (four years), Option Period 1 (two years), and Option Period 2 (two years), along with a summary of service schedules. Each period requires bidders to fill in their proposed rates per GCM, which will determine the total annual and evaluated prices used for contract allocation. The estimated trips are detailed with unique trip numbers, service points, frequencies, and calculated annual miles, totaling 23,926 miles across various offerings. The document clarifies that the provided mileage data is based on historical records and does not guarantee minimum mileage, emphasizing that the Total Evaluated Price will only be used for evaluation purposes. This structured request for proposals highlights the federal government's process of soliciting competitive bids for service contracts by promoting transparency and accountability in pricing strategies.
    The document is a Supplier Supplemental Information Sheet associated with solicitation #5A-25-A-0002. It serves as a formal solicitation for suppliers to provide essential corporate and contact information as part of a federal government Request for Proposals (RFP). The first part requests the supplier's corporate details, including company name, OAG code, tax identification code, and address. The second and third parts are designated for normal and off business hours contact representatives, requiring names, titles, addresses, phone numbers, and emails, including additional remarks if necessary. This structured template ensures that potential suppliers provide comprehensive and accurate information for consideration in federal grants and RFPs, facilitating communication and operational effectiveness within the procurement process.
    This document presents Wage Determination No. 2015-5681 issued by the U.S. Department of Labor, detailing minimum wage rates and fringe benefits required under the Service Contract Act. Effective for contracts awarded on or after January 30, 2022, workers must be paid at least $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, have a minimum wage of $13.30 unless a higher rate applies. The document lists occupational wage rates for various job titles across several sectors, including administrative support, food services, healthcare, and mechanics, indicating specific rates and benefits. Additionally, it emphasizes the requirements for paid sick leave as stipulated by Executive Order 13706 and outlines health and welfare benefits of $5.36 per hour, vacation entitlements, and holiday pay. The comprehensive listing of occupations includes necessary information for compliance with federal contracting regulations and processes for requesting additional classifications and wage rates. This wage determination is pivotal for ensuring fair compensation for workers under federal contracts, especially in relation to federal RFPs and grants.
    The document outlines the compliance matrix required for potential offerors responding to a federal Request for Proposals (RFP) related to mail transportation services. It specifies several crucial categories that offerors must address, including Supplier Eligibility, Security Plan, Supplier Capability, Past Performance, Sustainability Plan, Operational Plan, Management Plan, Contingency Plan, Pricing, and various required certifications. Key eligibility criteria include certifications, financial stability, and security measures, while the operational aspects cover the ability to meet service demands and support services during peak seasons. Offerors must also demonstrate sustainable practices and preparedness for various contingencies, including environmental and operational disruptions. The matrix serves as a structured approach for evaluating bidders, ensuring they can meet the stringent requirements of the federal government's mail services contract.
    The document outlines the requirements for prospective suppliers in relation to a government solicitation regarding the protection of mail services. It emphasizes the necessity for suppliers to provide a detailed security plan, specifically addressing how they will secure mail processing and align with the solicitation's Personnel Screening section. The focus is on ensuring that the suppliers demonstrate their capability to maintain security protocols effectively. In this context of the federal RFP, the document highlights the critical components of procurement processes, emphasizing transparency and compliance in security measures designed to safeguard sensitive information. Suppliers must clearly articulate their strategies for risk management and personnel vetting, which are vital for maintaining the integrity of mail operations within government frameworks.
    The document is a directive for prospective suppliers responding to a federal Request for Proposal (RFP). Specifically, it requires suppliers to outline their operational strategy as per the expectations detailed in Attachment A - Schedule. The focus is on how suppliers plan to execute the work outlined in the schedule, emphasizing the importance of a comprehensive operational plan that meets federal standards. By asking for detailed operational methodologies, the RFP aims to ensure that suppliers demonstrate their capability to efficiently manage and deliver services within the stipulated timeframes and quality benchmarks. This document highlights the necessity for clarity in supplier proposals, fostering a competitive selection process aimed at achieving high-quality project outcomes.
    The government document labeled 5A-25-A-0002, Attachment K, focuses on the contingency plan required from prospective suppliers to ensure the timely delivery of mail services under disrupted operational conditions. It outlines the necessity for suppliers to detail their strategies for maintaining service delivery if normal operations, as previously established in Attachment J - Operating Plan, become compromised. This contingency planning is essential to prepare for unforeseen circumstances that could impede the regular functioning of mail services. The document underscores the importance of reliability in postal operations, ensuring uninterrupted service even in times of crisis or operational challenges.
    This document details transport logistics for a series of scheduled mail flights between locations such as MRI, TYE, and BLG on various dates in August 2025. Each entry includes specific information such as trip numbers, origins, destinations, frequencies, actual tender and delivery times, as well as weight metrics alongside comments indicating consistent errors labeled as "Err:507." Key points highlight the recurring theme of lateness in both tendering and delivery across multiple flights, suggesting potential operational inefficiencies or issues. The document's structure emphasizes a systematic approach to recording flight specifics, including transport challenges which could impact the effectiveness of delivery services. Given the context related to government RFPs and grants, this file underscores the importance of reliable mail transport systems in supporting federal operations and ensuring timely communication and service delivery within governmental frameworks. Addressing these recurring errors is vital for enhancing service reliability and contractual obligations in future RFP submissions.
    The document outlines compliance requirements regarding covered telecommunications equipment for offerors submitting proposals to the Postal Service under Solicitation# 5A-25-A-0002. It mandates that offerors review the list of excluded parties on the System for Award Management (SAM) to ensure that they do not provide any telecommunications equipment or services deemed covered under federal regulations. Offerors must certify that none of the products supplied involve such equipment, with specific exceptions outlined. This certification is necessary not only at the proposal stage but also when contract modifications occur. Additionally, if any products identified as prohibited are required, a written waiver from the contracting officer must be obtained. These provisions ensure adherence to federal laws that restrict contracting for certain telecommunications and video surveillance services, reflecting the government's focus on safeguarding against security risks.
    The document addresses questions and responses related to Solicitation 5A-25-A-0002, which involves contracting air service between Anchorage, Tyonek, Beluga, and Alexander Creek in Alaska. One key query pertains to the requirement of flying out of Merrill Field, to which the response indicates that while proposals must include Merrill Field, the USPS may consider additional options from Anchorage International or Lake Hood if submitted separately. Another question revolves around the necessity of having a 501C approval to carry mail, clarified by the absence of such a requirement in the solicitation. Lastly, a request for clarification on Clause 7-19 regarding prohibited telecommunications services was met with confirmation that no additional information was missing. This document essentially outlines essential clarifications for potential offerors interested in the contract, furthering transparency in the RFP process.
    The United States Postal Service (USPS) is soliciting proposals for an air taxi service contract covering transport between Anchorage, Tyonek, Beluga, and Alexander Creek, Alaska, with an initial four-year term starting July 31, 2025, and option periods allowing for two additional two-year extensions. The contract’s minimum and maximum values are $10,000 and $550,000, respectively. The supplier must manage all aspects of mail transport, including terminal and ground handling, while prioritizing mail over passengers and freight. Proposals must detail capabilities, security plans, past performance, and sustainability practices. A clear operational management outline is required to ensure timely delivery even during peak volumes or emergencies. Performance metrics stipulate strict on-time delivery percentages for various mail classes. The document emphasizes compliance with federal aviation and USPS regulations concerning mail handling, including hazardous material transport. Additionally, it requires thorough personnel screening standards to maintain security. The solicitation outlines the evaluation process, focusing on supplier qualifications, operational capability, and financial stability, encouraging detailed, clear submissions to enhance proposal competitiveness. This solicitation reflects USPS’s commitment to maintaining efficient and secure air transport services for mail delivery in Alaska.
    Similar Opportunities
    Request for Information about Commercially Available Helicopter Services in Alaska.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 3 Portsmouth, is seeking information regarding commercially available helicopter services in Alaska through a Request for Information (RFI). The Coast Guard requires aircraft services capable of providing unscheduled transits to and from remote, unmanned sites, with specific performance specifications including the ability to carry a minimum of 500 pounds, conduct external sling loads, and operate under daytime Visual Flight Rules. This procurement is crucial for supporting operations in Alaska, particularly during the months of April to November, with potential winter operations as weather permits. Interested vendors should submit their capabilities briefs, including company details and service descriptions, to Dr. Vaughn Hammond at vaughn.m.hammond@uscg.mil, as no solicitation currently exists and responses will inform future requirements.
    AK USFS Chug1004 9(1), Vagt Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking qualified contractors for the Vagt Lake Trailhead project located in the Kenai Peninsula Borough, Alaska. The project involves excavation, grading, installation of a vault toilet, concrete work for ADA-compliant parking and walkways, and sign installation over a length of 0.13 miles. This initiative aims to enhance recreational access and ensure environmental conservation in the Chugach National Forest, aligning with federal infrastructure development goals. The contract is a sealed bid, firm-fixed-price type, with an estimated price range between $700,000 and $2,000,000, and is set to be solicited in winter 2024/2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    089495-26-A-0018 Farmington, NM MPO Roof Replacement
    Postal Service
    The United States Postal Service (USPS) is soliciting proposals for a roof replacement project at the Farmington Main Post Office located at 2301 E. 20th Street, Farmington, NM. The project requires contractors to provide all necessary materials, labor, and services to remove the existing roof system, inspect for damage, and install a new fully-adhered 60-mil PVC roof system, along with necessary repairs and insulation, adhering to applicable codes and regulations. The estimated cost for this project ranges from $750,000 to $1,500,000, with a completion deadline of 180 calendar days after the Notice to Proceed. Interested contractors must submit their proposals via the USPS eSourcing Coupa platform by January 28, 2026, and are encouraged to attend a pre-proposal meeting on January 15, 2026. For further inquiries, contact Jennifer Santiago at Jennifer.Santiago@usps.gov or (860) 471-0138.
    SAVAHCS Postal Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide postal services for the Southern Arizona VA Health Care Systems (SAVAHCS) from April 1, 2026, to September 30, 2030. The procurement includes daily mail pickup, processing, presorting, metering, and delivery to the USPS, with compliance to USPS and government regulations, including HIPAA and the Privacy Act. This opportunity is particularly aimed at Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone, and other Small Businesses, emphasizing the importance of these services in supporting the healthcare operations of the VA. Interested parties must submit their capabilities and proof of similar work by January 5, 2026, at 11:00 AM MDT, and registration in SAM and the VetBiz Registry is required for eligible businesses. For further inquiries, contact Jordan Alonzo at jordan.alonzo@va.gov or call 505-767-6094.
    Protective Security Officer (PSO) services in various locations throughout Alaska
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Protective Service Acquisition Division, is planning to extend an existing contract for Protective Security Officer (PSO) services in various locations throughout Alaska. This sole source extension, which will last up to two months starting February 1, 2026, aims to ensure the continued provision of armed PSO services while allowing for the placement of a new contract to maintain these critical services. The procurement falls under the NAICS code 561612 for Security Guards and Patrol Services, with a small business size standard of $29 million. Interested parties can reach out to Alyssa McQueen at Alyssa.M.McQueen@fps.dhs.gov or by phone at 253-999-2987 for further details.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    FY27 Synopsis of City Pair Program
    General Services Administration
    The General Services Administration (GSA) is seeking qualified U.S. airlines to provide passenger transportation services under the City Pair Program, which encompasses over 18,000 domestic and international airport or city pairs. The procurement involves requirement-type contracts for a duration of one year, starting October 1, 2026, with options for additional two-month and one-month periods. These services are critical for nearly all Federal Agencies and authorized users, ensuring efficient travel logistics across the government. Interested airlines must be approved by the Department of Defense and possess appropriate FAA certification, with a Pre-solicitation Conference scheduled for January 14, 2026, and final proposals due between March 4 and April 24, 2026. For further inquiries, contact James Santini at james.santini@gsa.gov or Matthew Racchini at matthew.racchini@gsa.gov.
    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 9 to January 28, 2026. The contractor is required to provide a total of 26 vehicles, including 18 sport utility vehicles (SUVs), 5 trucks, 2 15-passenger vans, and 1 cargo van, all of which must be 4-wheel or all-wheel drive and equipped with winter kits and traction devices. This procurement is critical for ensuring adequate ground transportation for personnel, equipment, and supplies during the exercise, with strict adherence to performance standards outlined in the Performance Work Statement (PWS). Interested vendors must submit their proposals by 5:00 PM Eastern Standard Time on December 19, 2025, and direct any inquiries to SSG Tyler Cooper at tyler.j.cooper.mil@socom.mil or SSG John Miceli at john.p.miceli.mil@socom.mil, with all questions due by 11:00 AM Eastern Standard Time on December 15, 2025.
    IHS1520728-Postage
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract to the United States Postal Service for postage services associated with the Quentin N Burdick Memorial Health Care Facility in Belcourt, North Dakota. This procurement aims to ensure timely delivery of patient medications and critical medical communications, which are vital for maintaining the health and quality of life of the tribal population, known for its high poverty levels. The total estimated value of the contract is $50,000, with the period of performance commencing immediately upon award. Interested parties may direct questions to Jody Keplin at jody.keplin@ihs.gov, and responses to this notice should demonstrate compelling evidence for the need for this sole source procurement.
    FY2026 USPS OIG Broad Agency Announcement
    Postal Service
    The United States Postal Service Office of Inspector General (USPS OIG) is soliciting proposals through its FY2026 Broad Agency Announcement (BAA) for professional, consultant, and support services. This BAA, which supersedes all prior versions, aims to establish a pre-qualified pool of contractors to support various OIG offices, including General Counsel, Research Insight Solution Center, Investigations, Audit, Chief Information Officer, and Mission Support. Proposals will be accepted on a rolling basis until September 30, 2026, and must include a resume, position title, duty location, addressed evaluation criteria, and proposed pricing. Interested parties can contact Farzad Afrasiabi at fafrasiabi@uspsoig.gov for further information regarding this opportunity.