SOURCES SOUGHT
V -- North Warning System (NWS) Rotary Airlift Services
- Notice Date
- 12/18/2025 7:28:12 AM
- Notice Type
- Sources Sought
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- FA4890 HQ ACC AMIC HAMPTON VA 23666 USA
- ZIP Code
- 23666
- Solicitation Number
- Sources_Sought_NWS_Rotary_Services
- Response Due
- 1/20/2026 8:00:00 AM
- Archive Date
- 02/28/2026
- 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
- THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY. This announcement closes 1100 Eastern Time (ET) on Tuesday, 20 January 2026. The purpose of this Sources Sought is to assess market capabilities and validate previous interested vendor responses from the Sources Sought Notices posted in 2019 to fulfill the North Warning System (NWS) Rotary Airlift Services requirement. The Government is seeking industry input from all sources (small and large businesses). The applicable North American Industry Classification System (NAICS) for this requirement is 481211 for Nonscheduled Chartered Passenger Air Transportation. Interested parties must be registered under NAICS 481211 in SAM (System for Award Management) at www.sam.gov. The Government plans to consider all information submitted in response to this Sources Sought notice. Air Combat Command, Acquisition Management and Integration Center (ACC AMIC), Langley AFB VA, is in the process of determining the market capability and acquisition strategy to obtain non-personal services for the NWS airlift support contract with performance in Canada across the NWS operational areas. For this requirement, the contractor shall provide all personnel, services, equipment, tools, oil, facilities, supervision and direct materials necessary for the performance of the air transportation services including sufficient ground personnel for adequate maintenance and ground operation. Please reference the DRAFT Performance Work Statement (PWS) posted in conjunction with this notice, which provides the size, scope, and complexity of this requirement. The Period of Performance will consist of one (1) base period, four (4) one-year option years, and one (1) optional six-month extension (IAW FAR 52.217-8). The Government anticipates issuing the solicitation on or about 5 May 2026. The Government anticipates awarding on or about 12 October 2026. Please note: this is an estimated time frame, and it is the responsibility of the interested parties to monitor www.sam.gov for all subsequent opportunities and postings. All interested parties should submit a capabilities package (please limit to no more than 10 pages total) outlining your company�s key business abilities relevant to the performance of this requirement and addressing the five (5) questions below. QUESTIONS: 1. Can your company perform the requirements in accordance with the PWS? 2. Does your company intend to submit a proposal for this requirement? 3. What air asset(s) does your company intend to use to fulfil the requirements in accordance with the PWS? 4. Does your company currently have the air asset(s), referenced in Question 3, in your fleet? If your company does not have the appropriate air asset(s) in your fleet, how do you intend on acquiring the air asset(s)? 5. Does your company currently have the necessary certifications per the mandated Canadian Transportation Act and the Canadian Aviation Regulations to perform the requirements in accordance with the PWS? This is not a formal Request for Proposal (RFP), and no contract will result from this notice, nor does it commit the Government to any acquisition for these services. No solicitation exists at this time. Please submit the requested information to Capt Ryan Mark Tagatac at ryan_mark.tagatac.3@us.af.mil, Ms. Abbie Braswell at abbie.braswell@us.af.mil, and TSgt Nelson Sosa at nelson.sosa@us.af.mil no later than the closing date and time of this sources sought. All information received will be protected and safeguarded as Source Selection Information in accordance with FAR 3.104 - Procurement Integrity. Please submit the requested information to this office by the closing date and time to the points of contact listed above. The internet and e-mail shall be used as the primary means of disseminating and exchanging all information. Hard copies of documents posted on www.sam.gov will not be available. The Government will provide an email confirmation acknowledging receipt of information submitted. If you have difficulty emailing your response and/or confirmation of receipt is not received, you are encouraged to contact Capt Ryan Mark Tagatac, Ms. Abbie Braswell, and TSgt Nelson Sosa via email. Please include the following information in your response: Name of Organization: Address: Telephone Number: Point(s) of Contact: E-mail Addresses: Cage Code: ____UEI Number: ____ Size of Business: ____ Small ____ Large Business Size Status: SBA 8(a) Business Development Program Concern: _________ Historically Underutilized Business (HUB) Zone Concern: _________ Small Disadvantaged Business Concern: _________ Veteran-Owned Small Business Concern: _________ Service-Disabled Veteran-Owned Small Business Concern: _________ Women-Owned Business Concern: _________ Economically Disadvantaged Women-Owned Small Business Concern: _________ REFERENCE DOCUMENTS: PWS Rotary Airlift Services_4 Dec 25 Appendix 1 � NWS Site Locations Appendix 2 � NWS Site Mileage Chart (GCSM) Appendix 3 � Main Rotary Airlift_4 Dec 25 Appendix 4 � Supplemental Rotary Airlift_4 Dec 25 Appendix 5 � Bulk Fuel Rotary Airlift_4 Dec 25 Attachment 1 � NWS Flight Log Attachment 2 � List of Authorized Aircraft Attachment 3 � Wide Area Work Flow Instructions Attachment 4 � Cost Summary Report Attachment 5 � Aircraft Unavailability Record Attachment 6 � DND � PCA MOU Attachment 7 � NWS Zone Map
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c20d51f7953b45c682f2863bd4bc6433/view)
- Place of Performance
- Address: See PWS Appendix 1, CAN
- Country: CAN
- Country: CAN
- Record
- SN07670662-F 20251220/251218230044 (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 |