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 NTV Rental
    Buyer not available
    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.
    Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
    Buyer not available
    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.
    SOFAM 26 Austere/Arctic Medical SME
    Buyer not available
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) to provide "SOFAM Arctic Medical Training" in Fairbanks, Alaska, from January 4-30, 2026. The contract, valued at $16,500,000, requires contractors to deliver subject matter expertise in austere and arctic medicine, including biodefense and specialized equipment, while acting as a "white cell" during training exercises. Key personnel qualifications include board-certified emergency medicine physicians with Mountain Medicine diplomas, tactical medical instructors, and the provision of mountaineering safety and survival equipment for up to 65 personnel. Interested parties must submit questions by December 3, 2025, and can contact MSG Andre Furman at andre.d.furman.mil@socom.mil or 719-723-6413 for further information.
    USAFRICOM Dedicated Passenger Air Charter Service
    Buyer not available
    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.
    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.
    F18 AIRCRAFT TRANSPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the transport of one F-18 aircraft (BUNO 164903) from MCAS Miramar in San Diego, California, to Volk Field ANGB in Camp Douglas, Wisconsin. The contractor will be responsible for providing all necessary personnel, equipment, and services to safely transport the disassembled aircraft, including its fuselage, wings, and associated components, while adhering to strict safety and regulatory standards. This procurement is critical for maintaining operational readiness and ensuring the safe relocation of military assets. Interested small businesses must submit their quotes by December 10, 2025, with an estimated contract value of $40 million, contingent upon the availability of funding. For further inquiries, contact Seth I. Swieter or Riley Smith via the provided email addresses.
    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.
    COMMAND AIRCRAFT CREW TRAINING (CACT) PROGRAM FOR ACADEMIC AND SIMULATOR TRAINING ON THE UC-35D AIRCRAFT
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Orlando Training Systems Division (NAWCTSD), is seeking qualified contractors to provide academic and simulator training for the Navy's Command Aircraft Crew Training (CACT) Program on the UC-35D aircraft. The procurement involves a Firm Fixed Price (FFP) Requirements contract anticipated to span 60 months, commencing on or about October 30, 2026, and aims to fulfill comprehensive training requirements, including Pilot Initial and Recurrent Training, as well as International Procedures Training. This training is critical for ensuring military aviators are proficient in operating the UC-35D aircraft, which is vital for various Navy operations. Interested parties must submit their capabilities statements by 2 PM EST on January 7, 2026, and can direct inquiries to Joseph Willdigg at joseph.willdigg.civ@us.navy.mil or Audrey Rolland at audrey.rolland@navy.mil.
    180-day Special Time Charter w/ One 180-day Option
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC) Norfolk, is conducting market research for a 180-day special time charter with an option for an additional 180 days, seeking up to six Roll-on/Roll-off (RO/RO) vessels. These vessels must possess specific capabilities, including a combined capacity of at least 15,000 square feet, the ability to transport rolling stock and sensitive items such as ammunition and weapons, and meet stringent operational requirements such as beaching capability and a 5,000 nautical mile unrefueled range. Interested parties are required to submit detailed vessel specifications, pricing, and company information by December 8, 2025, at 11:00 PM Eastern Time, with Matthew Price serving as the primary contact for inquiries.
    Wave Gliders
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center, intends to award a sole source contract to Liquid Robotics, Inc. for the procurement of 20 unmanned surface vehicles, along with related control software, payloads, and launch and recovery equipment. These vehicles must meet stringent specifications, including capabilities for long-term operation at sea, advanced navigation and communication systems, and robust safety features to ensure operational integrity in challenging marine environments. This acquisition is critical for enhancing the Air Force's operational capabilities in maritime environments, with an anticipated contract award date of December 19, 2025. Interested parties may direct inquiries to Kristina B. Brannon at kristina.brannon.1@us.af.mil, and responses must be submitted by 12:00 pm CST on December 18, 2025.