V--BIA Exclusive Use Type 3 Helicopter Services
ID: 140D0424R0110Type: Sources Sought
3 AwardsApr 8, 2025
$36M$36,000,000
AwardeeHELI-1 CORP 485 S ROCK BLVD STE F3 Reno NV 89502 USA
Award #:140D0425D0017
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    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.
    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.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    ATVs for DESCRM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA) Eastern Oklahoma Region, is seeking proposals for the acquisition of two All-Terrain Vehicles (ATVs) for the Division of Environmental, Safety, and Cultural Resource Management (DESCRM). This procurement is a 100% set-aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS Code 336999, emphasizing the importance of supporting small businesses within the Indian community. The selected contractor will be awarded a Firm-Fixed-Price Purchase Order, with an anticipated delivery timeframe of 90 days after receipt of order to Muskogee, OK. Proposals are due by December 17, 2025, at 1700 CS, and interested parties can reach out to Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further information.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    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.
    Automated Meter Reading/Customer Information Syste
    Interior, Department Of The
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    S--Waste Management Services for Blackfeet Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking to negotiate a sole source contract with the Blackfeet Tribe for Waste Management Services for the Blackfeet Agency. The BIA has determined that the Blackfeet Tribe is the only entity capable of fulfilling the specific requirements outlined in the procurement specifications. This contract is crucial for ensuring effective waste management services within the Blackfeet Agency, which is vital for maintaining environmental standards and community health. Interested parties who believe they can meet the requirements are encouraged to submit their capabilities and specifications by the deadline to the primary contact, Lara Wood, at lara.wood@bia.gov, as the government will consider these responses to assess the feasibility of competitive procurement. The contract will be processed using Simplified Acquisition Procedures (FAR 13) and FAR Part 12, Acquisition of Commercial Items, with no solicitation package available.