Loading...
HTC71126RE137
Response Deadline
May 18, 2026, 9:30 PM(CDT)37 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
General Information:
Document Type: Combined Synopsis/Solicitation
Solicitation Number: HTC71126RE137
Classification Code: V221 – Air Transport, Passenger, Charter
NAICS Code: 481211 – Nonscheduled Charter Passenger Air Transportation
Contracting Office Address:
United States Transportation Command, Directorate of Acquisition, (TCAQ-C), 508 Scott Drive, Building 1900W, Scott AFB, IL 62225-5357, UNITED STATES
Description:
The purpose of this synopsis is to notify interested parties that the United States Transportation Command (USTRANSCOM) Acquisition (TCAQ) office anticipates the issuance of a solicitation for Point Mugu Range Air Transportation Services (PMRATS). PMRATS requires the contractor to provide all personnel, facilities, equipment, supplies, materials, and services necessary for fixed-wing and rotary-wing air transportation of passengers with personal baggage and/or cargo, rotary-wing drone recovery services, and range test support and radar surveillance and clearance services in and around Point Mugu and the Point Mugu Sea Range. Contractor must be based in the local area to provide air transportation services within one hour flight time of Naval Air Warfare Center, Weapons Division (NAWCWD), Point Mugu, CA. Fixed-wing transportation is required in and around the Southern CA area within a 200 nautical mile radius of Point Mugu, CA. Rotary-wing transportation is required between Ventura County airports (Naval Base Ventura County, Point Mugu, CA and Oxnard Airport, Oxnard, CA), San Nicolas Island, CA, and Santa Cruz Island, CA, or otherwise within a 1.5 flight hour duration of Point Mugu. Drone recovery operations will be performed on the NAWCWD Point Mugu Sea Test Range and other ranges as required. Range test support may include surveillance and clearance of marine vessels on the Sea Test Range, marine mammal monitoring, and the carriage of electronic test equipment and tracking devices as required.
The Government intends to award a single Firm-Fixed Price (FFP) with Time & Material (T&M) elements contract to the responsible offeror whose proposal, fully conforming to the solicitation requirements, is determined to be the most advantageous to the Government, considering price and other evaluation factors as outlined in the Request for Proposal (RFP). This acquisition is being conducted as full and open competition after exclusion of sources, Small Business set-aside, and all responsible Small Business sources are eligible to submit a proposal, which will be evaluated and considered by the agency.
The base period of performance shall begin on 1 October 2026, or date of award if subsequent thereto, through 30 September 2027, followed by four one-year option periods, through 30 September 2031. The contract will include FAR clause 52.217-8, Option to Extend Services.
This acquisition is being conducted under FAR Part 15, Contracting by Negotiations, as a non-commercial service. Proposals will be evaluated using the factors identified in the RFP. Noncompliance may be grounds to eliminate the proposal from consideration of contract award.
An RFP should be available on SAM.gov on or about 17 April 2026. No hard copies of the solicitation will be issued. All responsible Small Business sources may submit a proposal which shall be considered by USTRANSCOM/TCAQ-C.
Points of Contact (POCs):
Marjorie SaurelCook, Contract Specialist, marjorie.saurelcook.civ@mail.mil
Sonya Barker, Contracting Officer, sonya.m.barker4.civ@mail.mil
DEPT OF DEFENSE
US TRANSPORTATION COMMAND (USTRANSCOM)
USTRANSCOM-AQ
USTRANSCOM-AQ
508 SCOTT DR
SCOTT AFB, IL, 62225-5357
NAICS
Nonscheduled Chartered Passenger Air Transportation
PSC
TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER AIR CHARTER
Set-Aside
Total Small Business Set-Aside (FAR 19.5)