V--Exclusive Use Type III Helicopter Flight Services
ID: 140D0424R0110Type: Solicitation
Overview

Buyer

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

NAICS

Nonscheduled Chartered Passenger Air Transportation (481211)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER AIR CHARTER (V221)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 23, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 23, 2025, 12:00 AM UTC
  3. 3
    Due Jan 30, 2025, 5:00 PM UTC
Description

The Department of the Interior is seeking qualified contractors to provide Exclusive Use Type III Helicopter Flight Services in support of the Bureau of Indian Affairs (BIA). The procurement aims to secure up to three indefinite-delivery, indefinite-quantity contracts for helicopter operations, which will include personnel transport, fire suppression, and law enforcement surveillance across designated locations such as Double Eagle, NM; Bemidji, MN; and Ronan, MT. This service is critical for various missions and is expected to adhere to FAA regulations and BIA guidelines, ensuring safety and compliance throughout the contract period. Interested small businesses must submit their proposals by January 28, 2025, at 10:00 AM MST, and can direct inquiries to Shay Roadruck at shay_roadruck@ibc.doi.gov or by phone at 571-513-3226.

Point(s) of Contact
Files
Title
Posted
Aug 8, 2024, 5:46 PM UTC
The Department of the Interior seeks responses from helicopter service providers for exclusive use Type III Helicopter Aviation Services. The primary objective is to obtain fully contracted helicopter services for natural resource missions, primarily wildland firefighting. The government requires aircraft, personnel, and equipment to be provided by the contractor, including light Type III helicopters, with specific seating and payload capacities. These helicopters must be equipped to meet technical specifications and operate within regulatory frameworks. The contract's scope involves exclusive use periods for each fire season, during which the government can direct aircraft for various missions. Key dates include a submission deadline of August 15, 2024. The requested information relates to company capabilities, aircraft details, and business size/type. Evaluations will consider the extent to which potential vendors can meet these requirements. This is a sources sought notice, and no funding or contracts are currently committed.
Dec 19, 2024, 9:24 PM UTC
The Interior Business Center (IBC) is issuing a Request for Proposals (RFP) to secure contractor-operated helicopter flight services for the Bureau of Indian Affairs (BIA). The services include the provision of a helicopter, necessary personnel, fuel, and equipment to support Government natural resource missions such as fire suppression, aerial monitoring, and law enforcement surveillance. The contract emphasizes exclusive use of the aircraft by the Government 24/7 during specified periods at designated bases in New Mexico, Minnesota, and Montana. Contractors must have the appropriate Federal Aviation Administration (FAA) certifications and meet specific aircraft requirements, including a light helicopter with seating for five passengers and the capacity to carry a minimum payload. The solicitation is set under a 100 percent small business set-aside, with responses due on January 28, 2025, and contract awards expected by April 2025. The IBC previously engaged in an RFI to identify eligible small businesses, receiving four capable responses. Interested contractors must register in the System for Award Management (SAM) to qualify. This process highlights the Government's commitment to supporting small businesses while addressing critical resource management needs.
Jan 23, 2025, 8:04 PM UTC
The document provides a comprehensive wage determination under the Service Contract Act (SCA) by the U.S. Department of Labor, detailing minimum wage requirements for federal contracts. It includes wage rates for various occupations across regions and specifies that contracts refined or initiated after certain dates must adhere to updated minimum wage standards outlined by Executive Orders 14026 and 13658. The document also emphasizes additional employee benefits such as paid sick leave, health and welfare benefits, vacation, and holiday pay. Furthermore, it outlines the procedures for requesting additional classifications and conformance of wages when new job roles arise that are not already listed. The SCA directory is referenced for classification details, while specific roles and corresponding wage rates, including a breakdown for various regions, are thoroughly detailed. The content focuses on ensuring that covered contractors meet their wage obligations while encapsulating necessary protections for workers involved in federal contracts.
Jan 23, 2025, 8:04 PM UTC
The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, outlining minimum wage requirements, applicable in various regions including the continental U.S., Alaska, and Puerto Rico. It specifies that contracts entered into after January 30, 2022, require a minimum hourly wage of $17.20, while contracts awarded between January 1, 2015, and January 29, 2022, demand a rate of $12.90, unless stated otherwise. The determination includes wage rates for specific occupations, such as airplane pilots and aerial photographers. Additionally, it discusses employee benefits, including health and welfare allowances, sick leave under Executive Order 13706, and vacation entitlements. Potential hazards that necessitate pay differentials are also described for certain jobs related to ordnance and explosives. The document details procedures for authorizing additional classifications and wage rates, requiring contractors to submit conformance requests for unlisted job classifications. Overall, this wage determination aims to ensure fair compensation and protections for workers on federal service contracts, as mandated by federal law.
Jan 23, 2025, 8:04 PM UTC
The document serves as a Request for Proposal (RFP) issued by the Bureau of Indian Affairs (BIA) for Exclusive Use Type III Helicopter Flight Services. It aims to secure contracts to provide helicopter services for various missions, including personnel and cargo transport, fire suppression, and law enforcement surveillance. The RFP outlines the requirement for up to three indefinite-delivery, indefinite-quantity contracts across designated locations: Double Eagle, NM; Bemidji, MN; and Ronan, MT, with specific performance periods ranging from March 2025 to August 2030. Key elements include the provision of fully maintained helicopters, fuel serving vehicles, and trained personnel, operating under applicable FAA regulations and BIA guidelines. Contractors must hold appropriate FAA certifications, maintain equipment to specified conditions, and follow economic adjustments for fuel pricing. Pricing schedules require detailed quotations on availability and flight rates, along with procedures for potential additional pay items related to non-revenue flights and extended standby costs. The document highlights the government's intent to ensure safety, compliance, and quality service delivery while fostering effective collaboration with contractors throughout the contract term.
Jan 23, 2025, 8:04 PM UTC
This document is an amendment to Solicitation 140D0424R0110, issued by the government for the procurement of Exclusive Use Type III helicopter flight services to support the Bureau of Indian Affairs (BIA). The amendment addresses questions from prospective offerors and updates requirements for helicopter services. The request facilitates the awards of up to three Indefinite Delivery, Indefinite Quantity (IDIQ) contracts, entailing the management of helicopters stationed at specified locations including Double Eagle, NM; Bemidji, MN; and Ronan, MT. Each contract will have different operational periods, ranging from 120 to 180 days annually. The document outlines service expectations, including requirements for the helicopters, crew, fuel servicing vehicles, and performance metrics. It emphasizes the exclusive control of the government over the aircraft, highlighting their primary usage for personnel transport, fire-related services, and administrative tasks. Additionally, the document specifies minimum aircraft capabilities, including seating, payload, and performance standards, alongside necessary supporting documentation for bid submissions. The deadline for proposal submission remains unchanged at January 28, 2025. This amendment is critical in ensuring that all potential contractors understand the updated criteria and remain competitive in meeting BIA's helicopter service requirements.
Jan 23, 2025, 8:04 PM UTC
This document is an amendment to solicitation number 140D0424R0110 for Exclusive Use Type III Helicopter Flight Services for the Bureau of Indian Affairs (BIA). The amendment includes a Questions and Answers section that corrects an omission from a previous amendment. Noteworthy modifications include an updated airspeed requirement, which now mandates a minimum of 120 knots and a target of 130 knots at specified conditions. Furthermore, clarifications regarding rope length requirements for technical specifications have been provided, confirming that a total of 150 feet of rope is sufficient. The proposal submission deadline remains unchanged, set for January 28, 2025, at 10:00 AM. The document emphasizes the need for acknowledging receipt of the amendment to avoid the rejection of offers, highlighting procedural compliance essential in federal solicitations.
Jan 23, 2025, 8:04 PM UTC
The document is a pre-proposal question and answer clarification for Solicitation 140D0424R0110, which requests exclusive use of Type III helicopter flight services for the Bureau of Indian Affairs. Specifically, it addresses a query regarding the requirement for dual sliding doors on the helicopter. The response clarifies that dual sliding doors are not mandatory, and an updated Aircraft Information Form (Exhibit E-3) reflects this change. The document details essential aircraft criteria, such as engine type, main rotor brakes, and equipment necessities, which include mandatory fire extinguishers, first aid kits, and GPS systems. Furthermore, the proposal highlights the importance of providing weight and performance calculations based on specified aircraft equipment. Overall, this document serves to clarify the requirements for suppliers to effectively meet the Bureau's helicopter service needs, ensuring compliance with safety and operational standards in government contracts.
Jan 23, 2025, 8:04 PM UTC
This document is an amendment to solicitation number 140D0424R0110 regarding the procurement of Exclusive Use Type III Helicopter Flight Services to support the Bureau of Indian Affairs (BIA). The amendment addresses inquiries submitted by prospective offerors and includes updated requirements and exhibits with highlighted changes for clarity. It is imperative for bidders to acknowledge receipt of this amendment and submit their proposals by the original deadline of January 28, 2025, at 10:00 AM MST, as no extension is granted. The document outlines the necessity of signing and returning a copy of the amendment with proposals and specifies procedures for modifying existing offers. Overall, this amendment serves as a critical informational update for bidders, ensuring compliance with the RFP process and the timely submission of proposals, reflecting the government's commitment to clear communication and transparency in its solicitation processes.
Jan 23, 2025, 8:04 PM UTC
This document is an amendment to the solicitation for Exclusive Use Type III Helicopter Flight Services in support of the Bureau of Indian Affairs (BIA). The amendment addresses an oversight by including a Questions and Answers form that was inadvertently omitted in a previous amendment. Contractors are required to acknowledge receipt of this amendment by either signing the included copy or through electronic communication prior to the specified submission deadline, which remains unchanged at January 28, 2025, at 10:00 AM MST. The document reinforces that apart from the addition of the Q&A form, all other terms and conditions of the original solicitation remain intact and effective. The purpose of this amendment is to ensure full compliance and clarity for bidders involved in the procurement process, thus facilitating their response to the solicitation.
Jan 23, 2025, 8:04 PM UTC
The document is an amendment to solicitation number 140D0424R0110, concerning the provision of Exclusive Use Type III Helicopter Flight Services for the Bureau of Indian Affairs (BIA). It serves to address specific queries from prospective offerors and includes an extension for proposal submissions to January 30, 2025, at 10:00 AM. The amendment outlines that offerors must acknowledge receipt and may submit changes via electronic communication, ensuring compliance with submission deadlines. The document emphasizes that all previously established terms and conditions remain effective unless altered by this amendment. The amendment's primary purpose is to facilitate clear communication regarding bid modifications and procedural requirements as contractors engage with federal solicitation processes. Overall, this amendment is a critical document in the procurement cycle, ensuring transparency and providing necessary information for potential contractors.
Jan 23, 2025, 8:04 PM UTC
The document is a Request for Proposal (RFP) for Exclusive Use Type III Helicopter Flight Services in support of the Bureau of Indian Affairs (BIA). The acquisition is set for federal services with a solicitation number of 140D0424R0110, and it is open to small businesses, specifically those owned by service-disabled veterans and economically disadvantaged women. The scheduled services include helicopter operations in locations such as Double Eagle, New Mexico, Bemidji, Minnesota, Billings, Montana, and Ronan, Montana, with deadlines for performance ranging from March 2025 to February 2030. The contract stipulates the payment address and invoicing procedures, as well as requirements for compliance with the Defense Priorities and Allocations System. The document concludes with specific instructions on completing sections for the offeror, contracting officer, and payment verification. Overall, this RFP reflects the government’s commitment to engaging capable small businesses for essential aviation services while adhering to federal regulations.
Lifecycle
Title
Type
Solicitation
Sources Sought
Similar Opportunities
Fire Prevention Service
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide fire prevention services at the Flandreau Indian School in South Dakota. The procurement involves comprehensive fire safety inspections, testing, maintenance, and emergency repairs for various fire safety equipment across 12 buildings, adhering to National Fire Protection Association (NFPA) codes and standards. This initiative is crucial for ensuring the safety and compliance of educational facilities on Native American reservations, with a total estimated contract value of $19.5 million. Interested parties must submit their proposals by April 11, 2025, and can contact Leah Azure at leahr.azure@bie.edu or (505) 803-4256 for further information.
Thermal Monoculars BIA Office of Justice Services
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Office of Justice Services, is seeking proposals for the procurement of 30 thermal monoculars intended for use by the Missing and Murdered Unit in Albuquerque, NM. The thermal monoculars must meet specific technical requirements, including compatibility with helmet mounts, a combat-proven design, and a minimum detection range of 753 yards, ensuring they are suitable for tactical operations. This procurement is fully set aside for Indian Small Business Economic Enterprises (ISBEE), reflecting the government's commitment to supporting Indian-owned businesses in federal contracting. Interested offerors must submit their proposals, including technical specifications and compliance with federal regulations, by the specified deadline, and can contact Lara Wood at lara.wood@bia.gov for further information.
TETON HERBICIDE FY 2025
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of Teton Herbicide as part of the Fort Hall Irrigation Project for fiscal year 2025. This acquisition is exclusively set aside for Indian Small Business Economic Enterprises (ISBEEs) under NAICS code 325320, focusing on the need for aquatic herbicides to control vegetation that obstructs irrigation water flow. The Teton Herbicide is uniquely qualified for this purpose, being the only EPA-approved product containing Salt of Endothall, making its timely application critical to avoid legal repercussions. Proposals are due by April 10, 2025, with a delivery deadline of 60 days post-award. Interested vendors can contact Jeffrey Pearson at Jeffrey.Pearson@bia.gov or by phone at 571-560-0519 for further information.
PAVEMENT MARKINGS PROJECT N49-11 N9W N56
Buyer not available
The Bureau of Indian Affairs (BIA) is soliciting proposals for a pavement markings project on designated routes within the Eastern Navajo Agency, specifically focusing on retracing and re-striping existing road markings in Crownpoint, New Mexico. The contractor will be responsible for applying waterborne traffic paint with glass beads, adhering to federal standards, and ensuring the maintenance of safe and visible road markings from May 1, 2025, to August 31, 2025. This project is crucial for enhancing road safety and visibility in the community, with a strong emphasis on supporting Indian Small Business Economic Enterprises through set-aside provisions. Interested contractors must submit their proposals by April 4, 2025, and can direct inquiries to Elsie Begay at Elsie.Begay@bia.gov or by phone at 505-863-8226.
GARAGE DOOR REPLACEMENT FOR BIA-MESCALERO AGENCY
Buyer not available
The Bureau of Indian Affairs (BIA) is seeking qualified small businesses to provide and install a commercial-grade garage door at the Mescalero Agency in Mescalero, New Mexico. The procurement involves removing an existing door and installing a new one, with specific requirements regarding dimensions, insulation, and warranty, while ensuring compliance with federal safety and quality standards. This opportunity emphasizes the importance of small business participation, including preferences for service-disabled veteran-owned, HUBZone, and economically disadvantaged women-owned businesses. Quotes are due by April 18, 2025, at 5:00 PM (MDT), with an anticipated award date of April 24, 2025. Interested parties should contact Sonia Nelson at Sonia.Nelson@bia.gov for further details.
F--2025 BDFB HERBICIDE APPLICATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide herbicide application services for the 2025 Big Desert Fuel Break project in Idaho. This initiative aims to manage vegetation and reduce wildfire risks by applying herbicides over approximately 2,387 acres along designated roadside areas, with operations scheduled to commence on June 1, 2025, and conclude within ten days, weather permitting. The project is critical for enhancing fire management strategies and ecological health, reflecting the government's commitment to environmental stewardship and public safety. Interested contractors must submit their bids by April 28, 2025, and can contact Galby Celestin at gcelestin@blm.gov or 208-373-3958 for further details.
AQUATIC HERBICIDE
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is soliciting proposals for the procurement of aquatic herbicides to support the Flathead Indian Irrigation Project. This opportunity is set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs), emphasizing the government's commitment to fostering economic participation among indigenous businesses. The herbicides are critical for controlling aquatic vegetation that could obstruct irrigation water flow, thereby safeguarding agricultural operations and preventing potential legal claims against the government. Interested vendors should contact Brian Roberts at brian.roberts@bia.gov or call 503-231-2279 for further details, with proposals expected to be delivered within 60 days of award notification.
317 07C HYDRAULIC EXCAVATOR/MULCHER
Buyer not available
The Bureau of Indian Affairs, under the Department of the Interior, is soliciting proposals for the procurement of two CAT317 hydraulic excavators for the Flathead Indian Irrigation Project, with this opportunity set aside exclusively for Indian Small Business Economic Enterprises (ISBEEs). The procurement aims to enhance operational efficiency by acquiring heavy construction equipment that aligns with existing machinery, ensuring that operators and mechanics are familiar with its usage and maintenance. Proposals must be submitted by March 13, 2025, with delivery expected within 120 days after award to Saint Ignatius, MT. Interested vendors can contact Brock Bell at brock.bell@bia.gov for further information.
Nimble Storage for OIT
Buyer not available
The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of Nimble Storage solutions for its Office of Information Technology (OIT). This opportunity is specifically set aside for Indian Small Business Economic Enterprises (ISBEEs) and aims to enhance the IT storage capabilities through the acquisition of various HPE storage products and accessories, ensuring compliance with federal contracting standards. Proposals must be submitted by April 1, 2025, with a firm-fixed-price purchase order anticipated, and delivery of the products is expected within 90 days post-award to the Bureau's location in Albuquerque, NM. Interested vendors can reach out to Maggie Main at maggie.main@bia.gov for further inquiries.
TWIN FALLS FUELS AERIAL GRASS & SHRUB SEEDING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals from small businesses for the 2025 TFD Fuels Aerial Grass & Shrub Seeding project in Idaho. This procurement involves aerial seeding across approximately 16,340 acres of designated land, focusing on grass and sagebrush to support fuel management and environmental restoration efforts. The project is critical for enhancing land stewardship and ecological balance in the Twin Falls District, with contractors required to adhere to specific operational protocols and utilize advanced navigation systems for accurate seed distribution. Proposals must be submitted by May 2, 2025, with a contract start date of September 22, 2025, and interested parties can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.