North Warning System (NWS) Rotary Airlift Services
ID: Sources_Sought_NWS_Rotary_ServicesType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4890 HQ ACC AMICHAMPTON, VA, 23666, USA

NAICS

Nonscheduled Chartered Passenger Air Transportation (481211)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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 ryan_mark.tagatac.3@us.af.mil, with the solicitation anticipated to be issued around May 5, 2026.

    Files
    Title
    Posted
    The document,
    The North Warning System Distance Chart, updated April 1, 2008, provides a comprehensive list of distances in statute miles between various locations within the North Warning System. The document is structured as a series of tables, with each table detailing distances from a set of starting points to numerous other destinations. The locations include specific North Warning System sites (e.g., BAR-1, PIN-M, CAM-M, FOX-M, DYE-M, BAF-2, LAB-1) as well as Canadian cities such as Inuvik, Yellowknife, Hay River, Montreal, Goose Bay, and Iqaluit. The charts are reciprocal, meaning the distance from point A to point B is the same as from point B to point A. This file is critical for logistical planning, operations, and resource allocation within the North Warning System, enabling efficient coordination and travel across its extensive network of sites.
    This government Performance Work Statement outlines the requirements for rotary airlift services for the North Warning System (NWS) from October 1, 2026, to September 30, 2031. The contractor must provide at least one rotary aircraft in each of five zones (Inuvik, Cambridge Bay, Hall Beach, Iqaluit, Goose Bay). Each aircraft must accommodate a minimum of eight passengers with seat belts and transport a minimum payload of 1,850 pounds a nonstop range of 150 nautical miles. All aircraft and crew must be IFR flight capable, with at least one NVG-capable aircraft and crew per zone, adhering to Canadian Safety requirements and equipped with cargo tie-down devices. Flights will serve Short Range Radar (SRR), Long Range Radar (LRR), or Logistic Support Site (LSS) locations as scheduled by the NWS O&M Contractor or directed by HQ ACC AMIC Det 1. Cross-zone flights require prior authorization from HQ ACC AMIC Det 1; failure to obtain this may result in denial of reimbursement.
    This Performance Work Statement outlines the requirements for supplemental rotary airlift services for the North Warning System from June 1, 2027, to September 30, 2031. The contractor must provide three rotary aircraft capable of precision slinging and cargo basket transport, operating 24/7. Each aircraft needs seating for at least eight passengers and a minimum payload capacity of 1,850 pounds (excluding crew and contractor equipment) with a 150 nautical mile non-stop range. Inuvik and Goose Bay are the points of origin, with Inuvik, Hall Beach, Cambridge Bay, Iqaluit, and Goose Bay serving as bases of operations. Flights will service Short Range Radar, Long Range Radar, or Logistic Support Sites across five zones (Inuvik, Cambridge Bay, Hall Beach, Iqaluit, and Goose Bay) as directed by HQ ACC AMIC Det 1 or the NWS O&M contractor. Basing fees are determined by the aircraft's 'bed down' zone.
    This government RFP, FA4890-26-C-XXXX, outlines the requirements for rotary airlift services for the North Warning System (NWS) from October 1, 2026, to September 30, 2031. The contractor must provide a minimum of one rotary aircraft in each of five zones, capable of seating at least eight passengers and transporting a minimum payload of 1,850 pounds (excluding crew and contractor equipment) up to 150 nautical miles nonstop. Aircraft and crew must be IFR and NVG capable, comply with Canadian Safety requirements, and have cargo tie-down devices. NWS personnel are considered passengers. Flights within specific zones (Inuvik, Cambridge Bay, Hall Beach, Iqaluit, Goose Bay) will serve Short Range Radar, Long Range Radar, or Logistic Support Site locations, as scheduled by the NWS O&M Contractor or directed by HQ ACC AMIC Det 1. Commercial airfields may be utilized. Cross-zone flights require prior authorization from HQ ACC AMIC Det 1, with failure to obtain authorization potentially resulting in denial of reimbursement.
    The North Warning System Flight Log is a comprehensive form used to document details of flights conducted for the North Warning System. It records critical information such as flight number, date, aircraft registration and type, crew details (Pilot #1, Pilot #2, Engineer), and confirmation of a completed safety briefing. The log meticulously tracks the flight schedule, including departure and destination, local take-off and landing times, flight duration, distance, fuel consumption, refueling locations, and fuel tank status. It also includes sections for cargo and passenger manifests, cargo weight and type, and passenger details for each leg. Weather conditions and general remarks are noted, and the form requires signatures from both the contractor (CHL) and the customer, along with printed names. A crucial part of the log is the 'Purpose of Flight' section, where specific reasons for the flight can be checked, indicating its role in operational oversight, maintenance, or other related activities within the North Warning System. This document ensures accountability, safety, and detailed record-keeping for all flights under the system.
    Attachment 2, titled “LIST OF AIRCRAFT,” is a crucial component of federal government RFPs, specifically contract FA4890-27-C-XXXX. It outlines the requirements for a contractor to list and maintain control over aircraft used for contract performance. The document specifies that aircraft, identified by tail numbers, must be either owned or controlled by the company to ensure complete operational control. It details a structured table for listing aircraft, requiring information such as type, tail number, passenger seats, empty weight, maximum gross take-off weight, fuel burn rate (in liters per hour), range (GCSM), and maximum payload. The contract permits adding or deleting aircraft only with the concurrence of the Contracting Officer and after technical approval by the COR and AMIC/Det 1. This attachment ensures that all aircraft meet specific operational and technical criteria, maintaining strict control and compliance throughout the contract period.
    This document outlines mandatory electronic receiving report and invoicing instructions using Wide Area Work Flow – Receipt and Acceptance (WAWF-RA) for government contracts. It emphasizes that WAWF-RA is mandatory per DFARS 232.7003, free to use, and expedites payment processing while allowing online payment status monitoring. Key codes and information required for correct routing of receiving reports, invoices, and emails through WAWF are provided, including CAGE CODE (98247), PAY OFFICE DODAAC (F87700), and specific DODAACs for issuing, administering, inspecting, and accepting services. Questions regarding payment should be directed to DFAS Limestone Maine, with contract/order and invoice numbers ready. The accounts payable mailing address is in Block 18a of the contract, and further payment information is available on the DFAS website.
    Attachment 5, titled "Aircraft Unavailability Record," is a standardized form for documenting when an aircraft is out of service and its return. It requires details such as the aircraft type, registration number, zone, and the date and time it became unavailable. The form also mandates a reason for unavailability and an estimated return date. A key distinction is made between "Contractor-Controllable" and "Contractor-Uncontrollable" reasons, with the final determination made by the Contracting Officer's Representative (COR). Upon return to service, the form captures the date, time, total hours/days out of service, and the operational impact. Additional remarks can be added. If the unavailability is contractor-controllable, the form further requires details on how weather might have delayed the return to service, including the number of days and an explanation. This document ensures clear record-keeping for aircraft operational status, likely used in government contracts to track compliance and performance related to aircraft availability.
    This Memorandum of Understanding (MOU) between the Department of National Defence (DND) and the Parks Canada Agency (PCA) outlines the framework for the operation, maintenance, and eventual decommissioning of North Warning System Short Range Radar (SRR) sites at Komakuk Beach and Stokes Point within Ivvavik National Park, Yukon. The DND operates these sites for national security and international treaty obligations, with the consent of PCA and the Inuvialuit, recognizing the sites' non-commercial nature. The MOU is not a contract or procurement instrument. It details the application of relevant statutes and agreements, land use limitations to specific areas, and environmental management and monitoring responsibilities for DND, including long-term monitoring of fuel spill and landfill areas. Financial arrangements specify DND's compensation to PCA for administrative costs related to the SRR sites. The document also addresses dispute resolution, amendments, and notification procedures. Annex A provides detailed maintenance terms and conditions, emphasizing environmental guidelines, operational plans, waste removal, emergency access protocols, and site decommissioning requirements, ensuring restoration consistent with national park standards.
    The document is a "Zone Map - Carte Zonale" for the North Warning System, produced in May 2010 by Public Works and Government Services Canada, under Professional and Technical Services - Geomatics, Real Property Branch. It categorizes various sites across five zones in the Canadian Arctic and Labrador. The map identifies different types of sites, including Short Range Radar Sites (SRRS), Long Range Radar Sites (LRRS), Logistics Support Sites (LSS), Distant Early Warning sites, and Environmental Remediation Sites. It lists numerous locations such as Grise Fiord, Dewar Lakes, Komakuk Beach, Tuktoyaktuk, Cambridge Bay, Iqaluit, and Goose Bay, detailing their specific site codes and types. This map serves as a geographical overview of the infrastructure supporting national defense and early warning systems in Canada's northern regions.
    The Performance Work Statement (PWS) outlines requirements for rotary airlift services across North Warning System (NWS) sites in Canada. The contractor must provide personnel, equipment, and services for Main, Supplemental, and Bulk Fuel Rotary Airlift, operating primarily from Inuvik, Cambridge Bay, Hall Beach, Iqaluit, and Goose Bay. Key requirements include compliance with Canadian aviation regulations, maintaining a 95% annual schedule reliability rate, and providing daily flight logs. The government will provide aviation fuel at NWS sites and, in some locations, food and lodging for crews during overnight stays. The contractor is responsible for managing delays, ensuring aircraft safety, and adhering to environmental regulations. Deliverables include flight logs, mission reports, and a list of authorized aircraft. The PWS also details accident reporting, insurance, invoicing, and transition plans, emphasizing continuous service during crises and adherence to strict performance thresholds.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (ICEX 2026 Operation Ice Camp Air Charter Services)
    Dept Of Defense
    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.
    Synopsis SPE605-26-R-0203, 1.6A Canada
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is preparing to issue a presolicitation notice for the procurement of aviation turbine fuel under solicitation number SPE605-26-R-0203, specifically for delivery to various sites in Canada. This acquisition involves two line items: approximately 5.2 million gallons of fuel to be delivered via bulk tanker in the East Region and about 4.1 million gallons via barge in the West Region, with a contract duration of five years starting April 1, 2026. The procurement is critical for military operations and will be awarded based on the lowest price technically acceptable offers, with vendors required to provide specific documentation upon solicitation release. Interested parties should direct inquiries to Jermaine Smith or John Parson and submit responses by December 19, 2025, to the designated email address.
    2026 Winter Attache Tour Transportation Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for transportation services to support the Winter 2026 Air Attaché Tour, scheduled from January 10 to January 12, 2026, in Miami, Florida. The procurement is a total small business set-aside under NAICS code 485510 (Charter Bus Industry), requiring the contractor to provide ground transportation for 50 attendees, including distinguished visitors, with specific vehicle requirements for group and individual movements. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation process, with a total award amount of $19,000,000. Interested parties must submit their quotes by December 19, 2025, at 10:00 AM EST, and direct any inquiries to the Contracting Officer, Ms. Danielle Sookhai, or the Contract Specialist, Ms. Maia Warren, by December 15, 2025.
    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.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    Airlift Efficiency Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force's Operational Energy Office, is seeking innovative solutions through a Commercial Solutions Opening (CSO) aimed at enhancing airlift efficiencies for military and commercial transport aircraft. The solicitation invites proposals for technologies that may include new designs or adaptations of existing systems, particularly focusing on dual-use propulsion systems with thrust capabilities between 35,000-50,000 lbs, which could benefit aircraft like the C-17 Globemaster and next-generation blended wing body designs. This initiative is critical for addressing energy demands and logistics in contested environments, with a market opportunity projected at $35-40 billion until 2045. Interested parties must submit solution briefs by March 13, 2025, and can contact Capt Madison Tikalsky at madison.tikalsky.1@us.af.mil or Lisa Pendragon at lisa.pendragon@us.af.mil for further information.
    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.
    JPMRC Snowmobiles
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide snowmobiles and related equipment for military training at Fort Wainwright and Fort Greely, Alaska, scheduled for January and February 2026. This non-personal services contract requires the contractor to deliver, maintain, and provide 24-hour emergency services, including replacement equipment, while ensuring operational vehicles are suitable for Alaskan terrain and adhering to strict delivery schedules and quality control standards. The anticipated contract will be a Firm Fixed-Price Contract, with the government reserving the right to adjust quantities and performance dates based on mission needs. Interested parties should contact SFC China Mathews at china.a.mathews.mil@army.mil or Brian Parker at brian.a.parker14.mil@army.mil for further details and to discuss lead times for service provision.
    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.