Skip to content
Department of Defense

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

Solicitation: Sources_Sought_for_NWS_Fixed-Wing_Airlift-Transportation_Services
Notice ID: 4259fa05767940e1ac5b8d6b5eaa1712
TypeSources SoughtNAICS 481211PSCV121Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForcePostedMar 16, 2026, 12:00 AM UTCDueApr 15, 2026, 05:00 PM UTCCloses in 26 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: Canada. Response deadline: Apr 15, 2026. Industry: NAICS 481211 • PSC V121.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: SOURCES_SOUGHT_FOR_NWS_FIXED-WING_AIRLIFT-TRANSPORTATION_SERVICES. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 481211 (last 12 months), benchmarked to sector 48.

12-month awarded value
$512,745,724
Sector total $1,579,552,185 • Share 32.5%
Live
Median
$18,600,000
P10–P90
$7,725,000$18,600,000
Volatility
Moderate58%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
32.5%
share
Momentum (last 3 vs prior 3 buckets)
+100%($512,745,724)
Deal sizing
$18,600,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Canada
Contracting office
Hampton, VA • 23666 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Ryan Tagatac
Email
ryan_mark.tagatac.3@us.af.mil
Phone
7572256321
Name
Nathaniel Goodale
Email
nathaniel.goodale.1@us.af.mil
Phone
7572252839

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
AMIC • FA4890 HQ ACC AMIC
Contracting Office Address
Hampton, VA
23666 USA

More in NAICS 481211

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.

  1. Can your company perform the requirements in accordance with the PWS?
  2. Should a formal solicitation be posted at a later time, 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 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:

  1. PWS Fixed Wing Airlift Services (CAO 6MAR2026)
  2. PWS – Appendix 1 – NWS Fixed Wing Site Locations
  3. PWS – Appendix 2 – NWS Site Mileage Chart (GCSM)
  4. Attachment 1 – NWS Flight Log
  5. Attachment 2 – List of Aircraft
  6. Attachment 3 – Wide Area Work Flow Instructions
  7. Attachment 4 – Cost Summary Report
  8. Attachment 5 – NWS Zone Map

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.