Description
Presolicitation Notice: FA489026R0015 This posting is for the Presolicitation Notice for the North Warning System (NWS) Rotary Airlift Service 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 Rotary Airlift Service to the NWS sites (Appendix 1) in support of the North Warning System Office (NWSO) and in coordination with the NWS Operations & Maintenance (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), cargo, supplies, and personnel. 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 O&M 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 solicitation and any Amendment to the solicitation 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 Airlift Service to the NWS sites. Notice to Offerors: Funds are not presently available for this report. 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. 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, 11-month base contract period, and four one-year option periods. A single Firm Fixed Price (FFP) contract with Cost Reimbursable (CR) line items will result from the solicitation using best value source selection procedures. The anticipated issue date for the final solicitation is on or about 5 May 2026, with the anticipated date for receipt of proposals on or about 5 June 2026. The anticipated award date is on or about 12 October 2026. All responsible sources may submit a quotation, bid, or proposal, as appropriate, which will be considered by the agency. Additionally, the Government plans to conduct a virtual pre-proposal conference on or about 19 May 2026, via Microsoft Teams. If interested in attending, please notify all the POCs listed below with your company name, listed attendees, and SAM regist…
Classification
Place of Performance
Contracting Office
Contacts