Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2026 SAM #8878
SOURCES SOUGHT

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

Notice Date
3/16/2026 9:55:12 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_for_NWS_Fixed-Wing_Airlift-Transportation_Services
 
Response Due
4/15/2026 10:00:00 AM
 
Archive Date
04/30/2026
 
Point of Contact
Ryan Tagatac, Phone: 7572256321, Nathaniel Goodale, Phone: 7572252839
 
E-Mail Address
ryan_mark.tagatac.3@us.af.mil, nathaniel.goodale.1@us.af.mil
(ryan_mark.tagatac.3@us.af.mil, nathaniel.goodale.1@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 1300 Eastern Standard Time (EST) on Wednesday, 15 April 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) Airlift: Fixed Wing 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 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 awarding in January 2027. Please note: This is an estimated timeframe, 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 questions listed below. Can your company perform the requirements in accordance with the PWS? Should a formal solicitation be posted at a later time, does your company intend to submit a proposal for this requirement? What air asset(s) does your company intend to use to fulfil the requirements in accordance with the PWS? 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)? 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 the Government is not requesting technical and/or management proposals at this time. Your response will be used solely for the market research purposes in the formulation of the acquisition strategy. Furthermore, interested parties are advised the Government will not pay for any information or administrative costs incurred in response to this notice. Finally, 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. All information received in response to this sources sought notice will be protected and safeguarded as Source Selection Information in accordance with FAR 3.104 - Procurement Integrity. Please submit the requested information to Maj Ryan Tagatac at ryan_mark.tagatac.3@us.af.mil and 1LT Nathaniel Goodale at nathaniel.goodale.1@us.af.mil no later than the closing date and time. 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 email confirmation acknowledging receipt of information submitted. 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 Fixed Wing Airlift Services (CAO 6MAR2026) PWS � Appendix 1 � NWS Fixed Wing Site Locations PWS � Appendix 2 � NWS Site Mileage Chart (GCSM) Attachment 1 � NWS Flight Log Attachment 2 � List of Aircraft Attachment 3 � Wide Area Work Flow Instructions Attachment 4 � Cost Summary Report Attachment 5 � NWS Zone Map
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/4259fa05767940e1ac5b8d6b5eaa1712/view)
 
Place of Performance
Address: CAN
Country: CAN
 
Record
SN07746871-F 20260318/260316230047 (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!  © 1994-2026, Loren Data Corp.