Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (ICEX 2026 Operation Ice Camp Air Charter Services)
ID: HTC71126RCC01Type: 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

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Navy's Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (UWDC Detachment ASL) seeks air charter services for ICEX 2026 Operation Ice Camp (OIC) Air Charter Services. This Performance Work Statement outlines requirements for various aircraft, including ski-wheel equipped aircraft for pioneering landings and general support, a rear-loading aircraft for cargo and personnel, and two rotary-wing aircraft for helicopter services at a drifting ice camp approximately 100-225 nautical miles from Deadhorse, Alaska. The projected period of performance is mid-February through the end of March 2026. The PWS details aircraft capabilities, projected flight hours, government-furnished equipment/services, cybersecurity incident reporting, and security requirements, including a mandatory Cybersecurity Maturity Model Certification (CMMC) Level 2. Contractors are not required to provide all services and can propose to meet any one or more aircraft requirements.
    This document outlines pricing tables for various aircraft types and functions, including Pioneering Landing and Ski-Wheel Configured (#1 and #2), Rear Loading Cargo, and Rotary Wing aircraft. The periods of performance for these services range from February to March 2026. Each entry details the aircraft type, labor category (e.g., flight hours), estimated hours, and a zero-dollar amount, indicating that the rates and total costs are not yet filled in. A critical note explains that "Flight Hour (All Costs)" encompasses all mission-related expenses, such as aircraft relocation, incidentals (hangar/apron fees, equipment rentals, room and board in Prudhoe Bay, Alaska), and fuel. The document is marked as "Source Selection Information" and CUI//SP-SSEL when completed, underscoring its sensitive nature within a government procurement context.
    Attachment C, a Past Performance Questionnaire for government solicitations, requires offerors to list two to three contracts similar in scope, magnitude, and complexity that are either ongoing or were completed within the last three years. For each contract, offerors must provide detailed information including the contract name, contracting activity/company, address, point of contact with verified email and phone, contract type (e.g., FFP, IDIQ), annual/total contract value, period of performance, and a description of the work performed as defined by RFP FAR 52.212-2(d)(3)(ii). This document is designated as Source Selection Information and becomes CUI//SP-SSEL when filled in, ensuring the confidentiality of the submitted past performance data.
    This government solicitation (HTC71126Q0001) is a Request for Proposal (RFP) for commercial items, specifically various types of aircraft services for a projected period from February to March 2026. The acquisition is unrestricted with NAICS code 481211 and a size standard of 1500. The solicitation details requirements for two Ski-Wheel Equipped Aircraft (Pioneering Landings, General Purpose) with projected flight hours of 148 and 167 respectively, one Rear Loading Aircraft (Personnel and Cargo) with 168 projected flight hours, and two Rotary Wing Aircraft (Personnel and Cargo) with projected flight hours of 67 and 60 respectively. All items are offered on a Firm-Fixed Price (FFP) basis, with product service code V221. The document also includes standard government contract clauses, payment information, and delivery details. The quantities for unit price and amount are
    This government file, Attachment E of HTC71126RCC01, details various clauses incorporated by reference and in full text for federal government contracts. The clauses cover a wide range of topics, including requirements for compensation of former DoD officials, whistleblower rights, safeguarding defense information, prohibitions on certain telecommunications equipment, compliance with NIST SP 800-171, and restrictions on business operations with specific foreign regimes (e.g., Maduro, Xinjiang Uyghur Autonomous Region, Russian fossil fuels). It also includes provisions for utilization of Indian Organizations and Native Hawaiian small businesses, electronic submission of payment requests, levies on contract payments, and prohibitions on contractor personnel interrogating detainees. Key clauses in full text address Federal Acquisition Supply Chain Security Act Orders, Earned Value Management Systems (EVMS) requirements for proposals over or under $100 million, performance and payment bonds for construction, Wide Area WorkFlow payment instructions, and limitations of government obligation for incrementally funded contracts. Additionally, it outlines offeror representations and certifications, including those for commercial products and services, option to extend services, and requirements for certified cost or pricing data, particularly for a pilot program under Section 890 of the NDAA for FY2019. The document emphasizes compliance with various federal regulations, reporting requirements, and ethical considerations for contractors.
    The document lists various business classifications relevant to government contracting, including NAICS (North American Industry Classification System) codes, Emerging Small Business, HUBZone Small Business, 8(a) Business Development Program, Service-Disabled Veteran-Owned Small Business, and Small Disadvantaged Business. These classifications are critical for federal, state, and local RFPs and grants, as they define eligibility for set-aside contracts and preferences aimed at promoting diversity and supporting specific business categories within government procurement. The document serves as a reference for businesses seeking to understand the designations that qualify them for various government contracting opportunities.
    The United States Transportation Command (USTRANSCOM) has issued Solicitation Number HTC71126RCC01 for air charter services to support the U.S. Navy's Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory for ICEX 2026 Operation Ice Camp. Proposals are due by January 5, 2026, at 12:00 Noon CST. The solicitation seeks firm-fixed-price contracts for four distinct Contract Line-Item Numbers (CLINs) for services between February 19, 2026, and March 25, 2026. Awards will be based on a best value determination considering technical capability (air operator, pilot, and aircraft experience), past performance in Arctic operations, and price. Technical capability and past performance are significantly more important than price. Offers must include detailed aircraft specifications, pilot qualifications (especially for ice landings), past performance, and pricing via Attachment B. The NAICS code is 481211 – Nonscheduled Chartered Passenger Air Transportation. All proposals must be submitted electronically to Brenda Marshall (brenda.l.marshall10.civ@mail.mil).
    Similar Opportunities
    SOFAM Bus Transportation Service
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the SOFAM Bus Transportation Service to support the Special Operations Forces Arctic Medic (SOFAM) exercise in Fairbanks, Alaska. The contractor will be responsible for providing two 60-passenger buses, along with qualified drivers who possess a Commercial Driver's License (CDL) and experience in cold-weather driving, to transport up to 60 students between designated training areas and accommodations from January 16-26, 2026. This service is crucial for ensuring safe and reliable transportation under challenging environmental conditions, including extreme cold and varied terrain. Interested parties must submit their offers by 3:00 PM Eastern Standard Time on January 5, 2025, and direct any questions to SSG Elliott at devon.q.elliott.mil@socom.mil or SSG Cooper at tyler.j.cooper.mil@socom.mil by 11:00 AM Eastern Standard Time on December 24, 2025.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract to provide command, control, and logistics support services for USCG missions. The contract will require the provision of U.S.-built vessels capable of operating in various regions, including the Caribbean Basin and Polar Regions, with specific operational capabilities such as a 2,000 nautical mile range and a 30-day endurance at sea. This procurement is crucial for ensuring effective maritime operations and support for USCG missions, with a total funding ceiling of $99 million over a five-year period. Interested parties must submit their proposals by January 8, 2026, and can direct inquiries to Justin Geisendaffer or Sara Andrukonis via their provided email addresses.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking proposals for a Time Charter Lease to provide transportation and logistics support services essential for enhancing USCG operations. The objective of this procurement is to facilitate effective execution of USCG missions by supplying at-sea replenishment and related support, with the contractor responsible for operating and maintaining the vessel under USCG oversight. This opportunity is critical for ensuring operational readiness in the Caribbean Basin and Gulf of America, with a contract period consisting of a 6-month base and a 6-month option. Interested parties should direct inquiries to Justin Geisendaffer or Sara Andrukonis via email, and proposals are due by January 8, 2026, with a total estimated contract value of $3.6 million for both periods.
    North Warning System (NWS) Heavy Fixed-Wing Airlift/Transportation Services
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking proposals for Heavy Fixed-Wing Airlift Services to support the North Warning System (NWS) in Canada. The contractor will be responsible for providing air transportation services for bulk Petroleum, Oil, and Lubricants (POL), oversized cargo, and supplies to various NWS sites, which are critical for maintaining radar operations under the NORAD agreement between the U.S. and Canada. This contract is vital for ensuring operational readiness and logistical support in the Canadian Arctic, with an anticipated performance period including a 30-day transition, a one-year base period, and four one-year options. Interested parties should prepare to submit proposals by February 17, 2026, with the anticipated award date set for June 9, 2026. For further inquiries, contact Capt Ryan Tagatac at ryanmark.tagatac.3@us.af.mil or TSgt Nelson Sosa at nelson.sosa@us.af.mil.
    Contractor Logistics Support (CLS) Follow-On, FY 27-30
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking contractors for the Contractor Logistics Support (CLS) Follow-On contract for fiscal years 2027 to 2030. This procurement aims to provide comprehensive support for the United States Marine Corps MQ-9A Unmanned Aircraft System (UAS), including Organizational-Level maintenance and qualified aircrew services at various operational bases both within and outside the Continental United States. The contract will be structured as a Firm-Fixed Price and Cost (No Fee) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with task orders issued as needed per FAR Clause 52.216-18. Interested parties should direct their questions or comments regarding the draft solicitation to Tiffany Horty at tiffany.a.horty.civ@us.navy.mil by January 14, 2026.
    Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
    Dept Of Defense
    The Department of Defense, through the U.S. Air Force, is seeking proposals for Contractor Logistics Support (CLS) services for its C-12 aircraft fleet under the proposed solicitation number FA8134-24-R-B001. The primary objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies globally, with a focus on maintaining a minimum mission capable rate of 80%. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, potentially lasting up to ten years, with an initial performance period of one year, and will require contractors to adhere to FAA standards while managing logistics across multiple domestic and international locations. Interested parties must submit their proposals by February 2025, with a pre-solicitation conference scheduled for November 1, 2024, and all inquiries should be directed to the contracting officer, Hiwot Tamirat, at hiwot.tamirat@us.af.mil.
    North Warning System (NWS) Rotary Airlift Services
    Dept Of Defense
    The Department of Defense, specifically the Air Combat Command Acquisition Management and Integration Center, is seeking sources for Rotary Airlift Services to support the North Warning System (NWS) in Canada. The contractor will be responsible for providing personnel, equipment, and services necessary for air transportation across various NWS operational areas, ensuring compliance with Canadian aviation regulations and maintaining a 95% annual schedule reliability rate. This opportunity is critical for maintaining operational readiness and support for national defense in the Arctic region. Interested parties must submit a capabilities package by 1100 Eastern Time on January 20, 2026, to Capt Ryan Tagatac at ryanmark.tagatac.3@us.af.mil, with the solicitation anticipated to be issued around May 5, 2026.
    10th SFG JPMRC Snowmobiles
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is seeking qualified small businesses to provide snowmobiles and sleds for training operations in support of the 10th Special Forces Group (Airborne) at Fort Wainwright and Fort Greely, Alaska. The procurement involves delivering 12 specified-model snowmobiles and 4 sleds to Salcha Bridgehead from January 23-28, 2026, and 24 snowmobiles and 10 sleds to Fort Greely from February 10-23, 2026, all of which must be fully operational and capable of handling varied terrains. This opportunity is critical for ensuring effective training exercises and is set aside for small businesses, with a total award amount of $47 million. Interested parties must submit their quotes by December 30, 2025, at 11:00 AM MST, and direct any questions to SFC China Mathews at china.a.mathews.mil@army.mil by December 26, 2025.
    Modernization and Upgrade of the LC-130H Polar Mission aircraft to LC-130J Aircraft
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors to modernize and upgrade the LC-130H Polar Mission aircraft to the LC-130J variant. The objective is to find qualified firms capable of delivering a fully modified and integrated LC-130J that meets the specific requirements for polar missions, as the existing LC-130H fleet is being phased out. This modernization effort is critical for maintaining operational capabilities in polar environments, and the government may consider a sole-source contract with Lockheed Martin Corp. Interested contractors must submit their responses, including a Contractor Capability Survey, by December 22, 2025, with the RFI extended to 10:00 AM EST on January 12, 2026. For further inquiries, contact Amber Mathe at amber.mathe@us.af.mil or Hannah Tuck at hannah.tuck.1@us.af.mil.
    SOTD Snowmobile Rental
    Dept Of Defense
    The Department of Defense, specifically the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the rental of snowmobiles and related equipment to support a Special Operations Training Detachment (SOTD) exercise in Delta Junction, Alaska. The procurement requires the provision of fifteen utility snowmobiles, four high-clearance trailers, six Siglin sleds, thirty fuel cans, maintenance services, and additional equipment, with delivery scheduled for February 2, 2026, and the performance period extending until February 25, 2026. This equipment is crucial for facilitating training exercises in a challenging environment, ensuring operational readiness for special operations forces. Interested vendors, particularly those classified as Women-Owned Small Businesses (WOSB), should direct inquiries to SFC Samuel Capello at samuel.capello.mil@socom.mil by December 29, 2025, and submit their offers by January 7, 2026, with an estimated contract value of $9,000,000.00.