V--Request for Quote On-Call Smokejumper Pilot Servic
ID: 140D0425R0015Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: NAVIGATIONAL AID AND PILOTAGE (V227)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking quotes for On-Call Smokejumper Pilot Services, utilizing a Twin Otter DHC-6-300 aircraft. The contract will cover a performance period from March 1, 2025, to February 28, 2029, with options for three additional years, and requires pilots to hold valid FAA commercial certifications and significant flight experience, including a minimum of 1,500 total flight hours. This initiative is crucial for effective fire management operations, ensuring rapid response capabilities and adherence to safety and regulatory standards. Interested parties can direct inquiries to Sonja Crockett at sonja_crockett@ibc.doi.gov, with the solicitation number being 140D0425R0015 and the deadline for submissions to be confirmed in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the requirements and specifications for an on-call pilot contract for the Bureau of Land Management (BLM) in connection with smokejumper operations using a Twin Otter DHC-6-300 aircraft. The contract, designated as Solicitation No. 140D0425R0015, seeks to secure a qualified Smokejumper Pilot for a period of one year with potential extensions. Key requirements include FAA pilot certification, medical qualifications, flight experience, and training specific to smokejumper duties. The contract guarantees a minimum of 90 duty days from March to September annually, with a mandatory 24-hour on-call response time. Details include the pilot's responsibilities, operational protocols, maintenance of aircraft, and safety regulations. Furthermore, the document outlines additional pay items, technical specifications, and governing clauses, ensuring compliance with federal regulations and safety standards. Overall, this contract underscores the government's commitment to effective forest management and emergency response through qualified aviation support, emphasizing safety, professionalism, and regulatory adherence in smokejumper operations.
    The document pertains to an RFP (Request for Proposal) for an on-call pilot service for the Bureau of Land Management (BLM) under the Department of the Interior (DOI). The primary requirement is for a qualified Smokejumper Pilot to operate a Viking Twin Otter, DHC-6-300 aircraft, with a contract period of one year and three optional extensions. The pilot must hold a valid FAA commercial certification, possess significant flight experience (minimum 1,500 hours total time, 1,200 hours as Pilot-in-Command), and meet various safety and training standards. Key points include a guarantee of a minimum of 90 duty days annually and a 24-hour response time for deployment. The document outlines technical specifications, pricing requirements for pilot services, additional pay items, and operational requirements, including maintenance and safety protocols. Additionally, it mandates documentation and compliance with federal aviation regulations. This structure emphasizes the legal, operational, and financial aspects of contracting aircraft piloting services, reflecting the government’s need for safety and efficiency in air operations related to land management and firefighting.
    This document is an amendment to a federal solicitation, specifically Amendment 01 for solicitation number 140D0425R0015. The amendment serves to address industry questions while maintaining the existing quotation due date. The document outlines the procedures for acknowledging receipt of the amendment, including options for contractors to submit their confirmation, which must be received before the specified deadline to avoid rejection of their offer. The period of performance for the associated contract is detailed as March 1, 2025, to February 28, 2029. The amendment emphasizes the importance of adhering to the specified guidelines for submission and modification of offers. It is indicative of the ongoing communication and clarification processes essential in government contracting to ensure all parties are aligned and informed. Overall, this amendment seeks to facilitate a clear understanding of the solicitation and maintain adherence to timelines and procedural requirements within the federal contracting framework.
    This document details a Request for Quote (RFQ) for On-Call Smokejumper Pilot Services issued by the Bureau of Land Management (BLM). The solicitation includes the requirement for services related to operating a Twin Otter DHC-6-300 aircraft over a performance period starting March 1, 2025, and spanning to February 28, 2029, with options to extend for up to three additional years. The RFQ outlines several key components: the administrative body (Interior Business Center, AQD), contact information for questions, the solicitation number (140D0425R0015), and the acquisition classification as unrestricted for small businesses. The document specifies the payment terms, delivery requirements (FOB Destination), and incorporates standard Federal Acquisition Regulation Clauses. The structured breakdown presents item numbers for different service periods, including the base period and three optional periods, with anticipated exercise dates for each option. The total award amount and other financial details remain unspecified within the provided text. Overall, this RFQ signals a strategic initiative by the BLM to secure specialized aviation services for fire management operations, highlighting its focus on flexible contracting options for extended support.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific performance capabilities and qualified personnel. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and can direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    2026 SMJ FOOD BOXES
    Interior, Department Of The
    The Bureau of Land Management (BLM), through the National Interagency Fire Center (NIFC), is seeking quotations for the procurement of food items for Smokejumper Food Kits for fiscal year 2026. The solicitation, identified as Number 140L3726Q0004, requires specific food items such as bean dip, peanut butter-filled pretzels, and toaster pastries, with all items needing to have expiration dates no earlier than September 2026 and delivery by April 1, 2026. This acquisition is crucial for supporting the nutritional needs of smokejumpers during fire suppression operations, and it is set aside for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers via email to Casey Boyd at cmboyd@blm.gov by December 16, 2025, at 5 PM Eastern, and must be registered in SAM and WOSB certified to be eligible for consideration.
    J--Helicopter maintenance services
    Interior, Department Of The
    The Department of the Interior, through the Interior Business Center (IBC), is seeking qualified contractors to provide helicopter maintenance services for Government-owned aircraft supporting the U.S. Park Police in Washington, DC. The procurement will result in a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, covering a five-year ordering period from April 1, 2026, to March 31, 2031, with a potential six-month extension. These services are critical for ensuring the operational readiness and safety of the aircraft, encompassing scheduled and unscheduled maintenance, inspections, repairs, painting, engineering services, parts manufacturing, and overhauls of airframes and engines. Interested parties should note that the anticipated solicitation release date is December 19, 2025, with proposals due by January 19, 2026, and must be registered in SAM.gov to participate in this full and open competition under NAICS code 488190. For further inquiries, contact Justin Kondeff at justinkondeff@ibc.doi.gov.
    V--Industry Day - Air Tactical Group Supervision
    Interior, Department Of The
    The Department of the Interior (DOI), through its Acquisition Services Directorate, is hosting an Industry Day to gather information from qualified vendors for the Air Tactical Group Supervisor (ATGS) mission in wildland fire fighting. This event aims to facilitate market research and industry engagement for a new 10-year Multiple Award Contract, which will replace existing single-award contracts, and will cover essential services such as aerial fire reconnaissance and law enforcement surveillance. The Industry Day is scheduled for November 18, 2025, from 8:00 AM to 12:00 PM (MST) at the Best Western Vista Inn at the Airport in Boise, Idaho, with one-on-one meetings available from November 18-20, 2025. Interested parties must RSVP by November 7, 2025, and submit any questions or comments regarding the draft specifications by November 12, 2025, to Angelina Clements at angelinaclements@ibc.doi.gov.
    15--RFI for Easy Aerial Tethered UAS
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (ICEX 2026 Operation Ice Camp Air Charter Services)
    Dept Of Defense
    The U.S. Department of Defense, through the United States Transportation Command (USTRANSCOM), is seeking proposals from qualified contractors to provide air charter services for the Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory in support of ICEX 2026 Operation Ice Camp. The procurement involves four distinct Contract Line-Item Numbers (CLINs) for various aircraft types, including ski-wheel equipped aircraft for pioneering landings, a rear-loading aircraft for personnel and cargo, and rotary-wing aircraft for helicopter services, with operations scheduled between mid-February and the end of March 2026. This opportunity is critical for facilitating Arctic operations, emphasizing the need for contractors with experience in similar environments and capabilities to meet specific technical requirements. Proposals are due by January 5, 2026, at 12:00 Noon CST, and must be submitted electronically to Brenda Marshall at brenda.l.marshall10.civ@mail.mil.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.