Description
Request for Proposal (RFP): FA489026R0015. North Warning System (NWS) Rotary Airlift Services. The United States Air Force (USAF), ACC Acquisition Management Integration Center (AMIC) hereby publicizes its RFP for non-personal services for Airlift Services of the NWS Rotary air transportation service to the NWS sites (Appendix 1) in support of the North Warning System Office (NWSO) and in coordination with the NWS Operations and Maintenance (NWS O and M) contractor in Canada. NWS consists of radar sites located in the Canadian Arctic, via contractor-furnished air transportation services for delivery of personnel, 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 in accordance with (IAW) the standards outlined in the Performance Work Statement (PWS) as posted with the final RFP and any Amendment to the RFP as 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 NWS Rotary air transportation service to the NWS sites. This is a competitive procurement, 100% full and open competition. Furthermore, Small Business Consideration, RFO 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 11-month 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 RFP using best value source selection procedures. The Government anticipates making award on or about 12 October 2026. The Government intends to use the Internet and email as the primary means of disseminating and exchanging information. Hard copies of documentation will not be made available. Amendments and other miscellaneous documents will be posted on Procurement Integrated enterprise Environment (PIEE) Solicitation module. It is the responsibility of each offeror to continually monitor and review PIEE for notice of amendments, updates, or changes to current information. The Government anticipates holding a pre-proposal conference for this requirement on or about 21 May 2026. Further details, including attendance instructions, will be made available via a forthcoming amendment to this solicitation. Primary Points of Contacts (POCs) for this requirement are Maj Ryan Tagatac, Contracting Officer and 1st Lt Nathaniel Goodale, Contract Manager. Secondary POC is Contract Manager TSgt Nelson Sosa. POCs can be reached by email at ryan_mark.tagatac.3@us.af.mil, …
Classification
Contracting Office
Contacts