Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2025 SAM #8789
SPECIAL NOTICE

V -- North Warning System (NWS) Heavy Fixed-Wing Airlift/Transportation Services

Notice Date
12/17/2025 11:28:38 AM
 
Notice Type
Special Notice
 
NAICS
481212 — Nonscheduled Chartered Freight Air Transportation
 
Contracting Office
FA4890 HQ ACC AMIC HAMPTON VA 23666 USA
 
ZIP Code
23666
 
Response Due
1/13/2026 10:00:00 AM
 
Archive Date
01/28/2026
 
Point of Contact
Capt Ryan Tagatac, Phone: 7577649128, Nelson Sosa, Phone: 7577649128
 
E-Mail Address
ryan_mark.tagatac.3@us.af.mil, nelson.sosa@us.af.mil
(ryan_mark.tagatac.3@us.af.mil, nelson.sosa@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SYNOPSIS of Contract Action North Warning System (NWS) Heavy Fixed Wing (HFW) Airlift Service (Recompete) This posting is for the Synopsis of the Government�s intent to post a request for proposal (RFP) for the NWS HFW Airlift Services. The United States Air Force (USAF), ACC Acquisition Management Integration Center (AMIC) hereby publicizes its intention to solicit nonpersonal services for Airlift Services of the NWS HFW air transportation service to the NWS sites (Appendix 1) in support of the North Warning System Office (NWSO) and in coordination with the North Warning System Operations & Maintenance (NWS O&M) contractor in Canada. NWS consists of radar sites located in the Canadian Arctic, via contractor-furnished air transportation services for delivery of bulk Petroleum, Oil, and Lubricants (POL), over-sized cargo, and supplies. This contract will support ACC and Canada in meeting their NORAD radar maintenance requirements. The NWS is directed by the international agreement between the U.S. and Canada, the parameters of this agreement require the Canadian Government to contract for operations and maintenance of the NWS, the U.S. is required to supply airlift support to the Canadian Government. Airlift support can be provided by either a Canadian or U.S. Company. The contractor shall perform IAW the standards outlined in the Performance Work Statement (PWS) as posted with the final RFP and any Amendment to the RFP is applicable. The contractor shall furnish all personnel, equipment, tools, materials, supervision, and all other items and services that are required to perform Airlift Services of the North Warning System Fixed Wing Heavy air transportation service to the NWS sites. This acquisition is 100% full and open competition. Furthermore, Small Business Consideration, FAR Part 19, does not apply because 100% of the performance will be outside of the United States. The anticipated period of performance will consist of a 30-day transition, one-year base contract period, and four one-year option periods. A single Firm Fixed Price (FFP) with Cost Reimbursable (CR) CLINs contract will result from the solicitation using best value source selection procedures. The anticipated issue date for the final RFP is on or about 16 January 2026, with the anticipated date for receipt of proposals on or about 17 February 2026. All responsible sources may submit a bid, proposal, or quotation in response to the final RFP which shall be considered by the agency. The anticipated award date is on or about 9 June 2026. The Government plans to use the Internet and e-mail as the primary means of disseminating and exchanging information. Hard copies of documentation will not be made available. Solicitation, amendments, and other miscellaneous documents will be posted on sam.gov. It is the responsibility of each offeror to continually monitor and review sam.gov for notice of amendments, updates, or changes to current information. Primary Points of Contacts (POCs) for this requirement are Ms. Abbie Braswell, Contract Manager, TSgt Nelson Sosa, Contract Manager, and Capt Ryan Tagatac, Contracting Officer. POCs can be reached by email at ryan_mark.tagatac.3@us.af.mil, nelson.sosa@us.af.mil, and abbie.braswell@us.af.mil. Contact with government personnel, other than the ACC AMIC Contract Managers and/or Contracting Officer listed above, by a potential offeror or their employees regarding this acquisition is strictly prohibited. The applicable North American Industry Classification System (NAICS) code for this requirement is 481212 - Nonscheduled Chartered Freight Air Transportation, and the Small Business Size Standard 1,500 employees. Notice to Offerors: Funds are not presently available for this effort. No award will be made under this acquisition until funds are available. The Government reserves the right to cancel this acquisition either before or after the closing date. In the event the Government cancels this acquisition, the Government has no obligation to reimburse an offeror for any costs. All interested parties should review all documents and provide comments/questions concerning this synopsis to the POCs above. All comments/questions shall be submitted utilizing the Question-Comment Matrix excel spreadsheet attached to this synopsis. Feedback is welcome at any time; however, we request any interested party to submit any comments/questions NLT 13 January 2026, 1:00 PM eastern time. The Government will provide a response to all inquiries via sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b8f772a45a1649b093bd340b2a03775b/view)
 
Place of Performance
Address: See PWS Attachment 6, CAN
Country: CAN
 
Record
SN07668611-F 20251219/251217230033 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.