Fixed-Wing Airlift Support Services
ID: FA487725QA356Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4877 355 CONS PKDAVIS MONTHAN AFB, AZ, 85707-3522, USA

NAICS

Other Nonscheduled Air Transportation (481219)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR CHARTER (V121)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Fixed-Wing Airlift Support Services to support the Davis-Monthan Rescue Squadron Community in Tucson, Arizona. The contract requires the provision of various aircraft types for pararescue upgrade training across 21 locations in the continental United States, including mobile refueling capabilities in austere environments. This service is critical for maintaining operational readiness and ensuring effective military training operations. Interested small businesses must submit their proposals by July 28, 2025, with a quotation validity of 90 days, and can direct inquiries to Andrew Ramey at andrew.ramey@us.af.mil or Michael Orchowski at michael.orchowski@us.af.mil.

    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) for Fixed-Wing Airlift Support Services at Davis-Monthan AFB, Tucson, AZ, under solicitation number FA487725QA356. The USAF is seeking qualified small businesses, registered with the System for Award Management (SAM), to provide comprehensive airlift services including tools, labor, and supervision. Proposals are due by July 28, 2025, with a quotation validity of 90 days. Award criteria favor the lowest-priced technically acceptable offer, emphasizing the need for demonstration of technical capabilities and adherence to the specific requirements detailed in the Performance Work Statement (PWS). The contracting process allows for potential discussions but primarily anticipates a straightforward award process. Additionally, only one proposal per offeror is accepted, with strict guidelines for submission and evaluation outlined to ensure compliance and fairness. The contract, a multi-year Indefinite Delivery Indefinite Quantity (IDIQ), will not provide contract financing; payment will occur post-performance through an invoicing system. The RFQ emphasizes the importance of punctuality in submissions and offers a framework for addressing late bids under defined circumstances.
    The DOD Instruction 4500.53 establishes the DoD Commercial Air Transportation Quality and Safety Review Program to ensure high standards of safety and quality in air transportation services procured for DoD personnel and cargo. Effective as of May 7, 2021, it outlines the policies, assigns responsibilities, and delineates procedures for managing commercial air carriers servicing the DoD. The directive emphasizes the importance of utilizing carriers that comply with rigorous safety regulations, including FAA certifications and oversight. Notably, it comprises sections on the roles of various DoD officials, particularly the Under Secretary of Defense for Acquisition and Sustainment and the United States Transportation Command, and details requirements for air carrier operations, reviews, and the usage of foreign carriers. Additionally, the instruction permits exceptions under specific conditions, like emergency operations where readily available carriers do not meet mission requirements. The document aims to maintain high operational safety standards, outlining comprehensive measures for air carrier evaluations, oversight, and ensuring the safety of DoD personnel during transport. The structured approach reflects the DoD's commitment to adherence to safety protocols and management efficiency in all air transportation matters.
    The Performance Work Statement (PWS) outlines the requirements for contracting airlift support services, specifically for Military Free Fall (MFF) and Static Line Parachuting Operations, aimed at meeting the needs of the Department of Defense (DoD) and Air Force. Contractors are expected to provide qualified aircraft and aircrew capable of executing these operations, adhere to numerous safety and qualification standards, and deliver pertinent documentation and insurance coverage. The PWS details aircraft specifications, necessary qualifications for pilots and crew, and the protocols for both scheduled and weather-related training cancellations. Key operational parameters include the provision of multiple types of aircraft, compliance with Federal Aviation Administration (FAA) regulations, and a structured cost breakdown for services rendered, including repositioning and mobile refueling. The contractor must ensure all personnel meet security and health standards while coordinating with the government on training schedules and locations. Safety regulations, environmental compliance, and reduction of liability are emphasized throughout, highlighting the contractor's full responsibility for their operations. Overall, the document reflects the federal government’s rigorous standards for military training support, reflecting their ongoing commitment to safety and operational readiness.
    The Performance Work Statement (PWS) outlines the requirements for Fixed Wing Airlift Support Services for the 68th Rescue Squadron at Davis-Monthan Air Force Base. The contractor is tasked with providing personnel, aircraft, and aircrew certified for Military Free Fall (MFF) and Static Line Parachuting operations. The main objective is to ensure the availability of approved aircraft for training within the continental U.S., accommodating varying training schedules with adequate notifications for rescheduling. Key requirements include the need for qualified aircrew with specific flight hours and certifications, appropriate aircraft configurations, and compliance with FAA regulations. Deliverables consist of clean aircraft, insurance coverage, oxygen provision for pilots, and a detailed flight hours log. Training locations are designated by the Government, which also ensures medical support during operations. The document emphasizes contractor responsibilities for safety, environmental compliance, and security, mandating adherence to various legal and regulatory standards. This PWS serves the dual purpose of guiding federal contracting procedures and ensuring effective military training operations, reflecting government priorities in maintaining operational readiness while safely executed aerial activities.
    The document outlines the responses to questions regarding the Fixed Wing Airlift Support Services RFP (Solicitation ID: FA487725QA356). It clarifies that the contracted vendor must operate under both Part 135 and Part 91 regulations, with pricing for each at the vendor's discretion. The government acknowledges variations in aircraft capabilities and restrictions at specific airfields, permitting submissions of aircraft that do not fully meet the requirements if acknowledged. The procurement of DLA fuel cards will not be facilitated by the government, and FAA Part 5 SMS certification is mandatory for contractors. Typographical errors in the PWS reference are noted, and updates have been made to the pricing sheet to correct omissions. Offerors will have the opportunity to propose pricing for future location repositioning not initially listed in the PWS. Insurance coverage for jumpers only up to the exit point of the aircraft is acceptable, provided it meets DoD and CARB guidelines. Overall, the document provides critical clarifications ensuring that prospective vendors understand operational, certification, and insurance requirements as part of the RFP process.
    The file discusses procedures and requirements for federal government Requests for Proposals (RFPs) and grants, as well as state and local RFPs. It emphasizes the importance of understanding the application process, eligibility criteria, and funding opportunities available to various entities. A coherent structure guides potential applicants through the necessary steps to prepare and submit proposals effectively. Key elements include the solicitation of proposals, evaluation metrics, and compliance with federal and state regulations which govern the funding process. The document aims to streamline the application experience for grant seekers and foster transparency and access to government funding sources. Its focus on clarity ensures that applicants can navigate the complexities of acquiring federal support, thereby advancing public initiatives and projects that benefit communities. Overall, the file serves as an essential resource to enhance engagement with government funding avenues.
    The government document outlines a Request for Proposal (RFP) for Fixed-Wing Airlift Support Services under solicitation FA4877-25-Q-A356. It details the requirements for various aerial support services across multiple states, specifically Arizona, Oregon, and California, for the base and subsequent ordering periods from August 2025 to August 2027. The RFP is structured to elicit bids on several Contract Line Item Numbers (CLINs) including scheduled airlift support and repositioning costs using different aircraft types like Skyvan, Sherpa, CASA-212, and Twin-Otter. Offerors are instructed to accurately complete only designated sections of a pricing template, ensuring the total price reflects all associated costs for the services rendered while ensuring the accuracy and integrity of the information submitted. The provided quantities serve solely for evaluation purposes and do not imply future task orders. Overall, the document serves as a formal solicitation for contractors to provide specified airlift services to meet federal operational needs, emphasizing compliance with the proposal requirements for a clear and competitive bidding process.
    The document outlines a Request for Proposal (RFP) for Fixed-Wing Airlift Support Services, identified by the reference FA4877-25-Q-A356. It specifies various Contract Line Item Numbers (CLINs) concerning airlift support across different states—Arizona, Oregon, and California—during a base ordering period from August 11, 2025, to August 10, 2026, and a subsequent ordering period from August 11, 2026, to August 10, 2027. The RFP includes details on the quantities and types of aircraft services required, such as Skyvan, Sherpa, CASA-212, and Twin-Otter, with costs associated with scheduled airlift, repositioning, and additional services like mobile refueling and idle day costs. The document emphasizes the importance of accurate pricing, noting that total prices must reflect all associated costs and that the given quantities serve solely for evaluative purposes. This RFP is designed to ensure competitive bidding for effective and efficient airlift support services to meet government operational needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    USAFE FIGHTER/LIGHT AIRCRAFT RECOVERY TRANSPORT
    Dept Of Defense
    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.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    Luke Air Force Base 2026 Air Show - Video Screen Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for video screen services for the Luke Air Force Base 2026 Air Show, with the contract managed by the 56th Fighter Wing. The selected vendor will be responsible for the setup, operation, and removal of high-resolution video screens from March 18 to March 23, 2026, ensuring optimal visibility and technical support throughout the event. This procurement is crucial for enhancing the visual experience of attendees at the air show, which is a significant public relations event for the Air Force. Interested small businesses must submit their quotes by January 5, 2026, at 1500 EST, and should direct inquiries to the primary contact, 2d Lt Jalen Johnson, at jalen.johnson.17@us.af.mil or 623-856-2730. The total contract value is estimated at up to $40 million, contingent upon available funding.
    MAFT (IFT-R)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Amended Request for Information (RFI) – Small Unmanned Aircraft System (sUAS) for Ground/Maritime Search and Rescue
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking information on small Unmanned Aircraft Systems (sUAS) for ground and maritime search and rescue operations. The objective is to identify systems that can provide organic Intelligence, Surveillance, and Reconnaissance (ISR) capabilities to enhance communication, threat detection, and personnel location in contested environments. These systems are crucial for Air Force Rescue Forces, particularly in scenarios where traditional aircraft may be denied access, such as in dense foliage or maritime conditions. Interested parties should submit their responses to the Request for Information (RFI) FA8629-25-R-6004 by July 25, 2025, and can contact Marissa Greenleaf at marissa.greenleaf@us.af.mil or Bradford Kenney at bradford.kenney.1.ctr@us.af.mil for further details.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.
    Inflight Paramedic Services - JPATS Oklahoma City, OK
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service, is seeking quotes for in-flight paramedic services for the Justice Prisoner Air Transportation System (JPATS) in Oklahoma City, Oklahoma. The contract requires the provision of licensed paramedics to deliver medical care for up to 150 inmates during flight missions, ensuring compliance with strict operational and safety standards. This service is critical for maintaining the health and safety of transported individuals, as well as adhering to federal regulations regarding medical care during transport. Interested small businesses must submit their quotations by 1:00 p.m. CST on December 15, 2025, and direct any questions to Sheila Nimrod at sheila.nimrod@usdoj.gov by December 8, 2025. The contract will be awarded based on the best value, considering technical approach, price, experience, and personnel qualifications.