F--EU High Wing Multiengine Turboprop SMJ
ID: 140D0425R0003Type: Solicitation
Overview

Buyer

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

NAICS

Support Activities for Forestry (115310)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST-RANGE FIRE SUPPRESSION/PRESUPPRESSION (F003)
Timeline
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 17, 2025, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 7:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking contractors for exclusive use of a high-wing, multi-engine turboprop aircraft to support smokejumper operations at Fort Wainwright, Alaska. The contract will span a period of performance from April 1, 2025, to March 31, 2027, requiring the aircraft to perform various missions, including transporting smokejumpers and cargo, conducting reconnaissance, and executing fire suppression activities. This procurement is crucial for enhancing the BLM's firefighting capabilities and ensuring effective aerial support during the wildfire season. Interested contractors must submit proposals by January 31, 2025, at 2:00 PM Eastern Time, and can direct inquiries to John Fleshman at john_fleshman@ibc.doi.gov or by phone at 571-380-6797.

Point(s) of Contact
Files
Title
Posted
The Department of the Interior's Bureau of Land Management (BLM), through its Acquisitions Service Directorate, intends to seek proposals for contracting a high wing multiengine turboprop aircraft dedicated to smokejumper fire suppression missions primarily stationed at Fort Wainwright, Alaska, with potential operations in the Lower 48 states. This pre-solicitation notice does not request proposals at this moment; it outlines the minimum aircraft requirements including a Standard Airworthiness Certificate, various operational specifications, and requirements for contractor compliance with FAA regulations. Contractors will be expected to provide not just the aircraft but also crew and equipment necessary for smokejumper operations, paracargo transport, reconnaissance, and other resource missions. The expected contract will include an Indefinite Delivery Indefinite Quantity (IDIQ) structure with fixed unit pricing, effective during selected fire seasons from May to August across the fiscal years 2025 and 2026. Previous services were provided by Bighorn Airways, with a contract ceiling of $13,212,968, which expired in December 2024. Interested bidders must be registered in the System for Award Management (SAM), and the solicitation is anticipated to be released on January 17, 2025.
Jan 17, 2025, 7:05 PM UTC
The document outlines Wage Determination No. 1995-0221 under the Service Contract Act, specifying wage rates applicable to federal service contracts as of 2025. It mandates that contractors must pay a minimum wage of $17.75 per hour for contracts initiated or extended after January 30, 2022, aligning with Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30, as per Executive Order 13658. The document lists various occupations and specified rates across different U.S. regions, emphasizing the necessity for fringe benefits and compliance with paid sick leave requirements under Executive Order 13706. It details benefits such as health and welfare payments, vacation days, and holiday provisions. Additionally, it explains the conformance process for unlisted job classifications, ensuring reasonable wage alignment with existing determinations. Overall, the document serves to facilitate fair compensation practices for employees working on service contracts, enhancing worker protection in federal contracting.
Jan 17, 2025, 7:05 PM UTC
The document outlines the Wage Determination issued by the U.S. Department of Labor, establishing minimum wage and fringe benefit requirements for federal contracts under the Service Contract Act (SCA). It specifies the minimum wage rates associated with contracts dated after January 30, 2022, and details the wages of specific occupations such as airplane pilots and aerial photographers. Employees must be compensated at least $17.75 per hour, or higher if the applicable wage rate is greater, for contracts performed in 2025. Additionally, it addresses requirements for paid sick leave under Executive Order 13706, mandating 1 hour of paid sick leave for every 30 hours worked, capped at 56 hours annually. The document also delineates benefits, including health and welfare contributions, vacation allowances, and holiday compensation. It outlines procedures for requesting additional classifications and wage rates for unlisted occupations, ensuring compliance with SCA stipulations. Finally, guidelines for uniform allowances and hazardous pay differentials are discussed. This summary emphasizes compliance requirements for contractors and the protections for workers involved in federal contracts, crucial for proposals and performance concerning government RFPs and grants.
Jan 17, 2025, 7:05 PM UTC
The Bureau of Land Management (BLM) is soliciting a contractor to provide aircraft services for smokejumper support at Fort Wainwright, Alaska. The contract requires the provision of a high-wing, multi-engine turboprop airplane for a 120-day exclusive use period annually, beginning May 1. The aircraft will perform various firefighting and resource management operations, including dropping smokejumpers and paracargo, reconnaissance, and personnel transport. Key requirements include FAA certifications, specifications for avionics, emergency and safety equipment, and trained personnel, including pilots and mechanics. The contractor must meet strict safety standards and provide an aircraft capable of operating under various environmental conditions while adhering to government guidelines. The contract also includes provisions for extended operations, maintenance, and additional personnel as needed. Overall, this RFP highlights the government's need for specialized air support in wildland firefighting efforts, emphasizing safety, compliance, and proven capabilities of contractor personnel and equipment.
The Bureau of Land Management (BLM) seeks contractors for exclusive use of a high-wing, multi-engine turboprop aircraft for smokejumper and fire suppression activities at Fort Wainwright, AK. The initial contract specifies a period of 120 days annually, starting May 1, including evaluations by the Smokejumper Aircraft Screening and Evaluation Subcommittee. The aircraft must support various missions, including transporting smokejumpers and cargo, conducting reconnaissance and rescue operations, and performing low-level flights for fire suppression. Key requirements include FAA certifications, an airworthiness certificate, and various performance specifications such as a stall speed of 85 knots and the capability to operate from gravel runways. Contractors must provide qualified personnel, including pilots with specific certifications and flight experience, and comply with strict avionics and safety equipment standards. Additional contract tasks entail providing maintenance and equipment services while sustaining approved safety practices in collaboration with BLM. The solicitation illustrates the BLM's commitment to enhancing firefighting capabilities through well-equipped aerial support, reinforcing interagency collaborations for optimal resource management during the wildfire season.
The document addresses questions and clarifies requirements concerning flight time measurement in the context of a government solicitation (140D0425R0003). A specific inquiry was raised regarding the lack of information on "approved electrical time recorders" mentioned in Section C21.1, which prompted confusion as Section B did not provide relevant details. In response, the government issued an amendment correcting the language in Section C21.1. The revised paragraph now clearly states that flight time is measured from the aircraft's movement under its own power until it comes to rest after landing. It specifies that flight time should be recorded via an approved method, which includes the use of block out and block in clock times confirmed by the flight crew and onboard spotters. This clarification aims to ensure all parties involved have a consistent understanding of the flight time recording requirements, aligning with compliance in government contract execution.
Jan 17, 2025, 7:05 PM UTC
The document is an amendment to the Request for Proposal (RFP) 140D0425R0003 issued by the Bureau of Land Management (BLM) for exclusive use of smokejumper aircraft services at Fort Wainwright, AK. The amendment outlines the contract's requirements, specifications, and amendments regarding pilot qualifications, aircraft capabilities, and operational conditions. The contract spans a period of performance from April 1, 2025, to March 31, 2027, with a focus on supporting wildland fire management operations, reconnaissance, and various government missions. Key requirements include a high-wing, multi-engine turboprop aircraft that can perform low-level flights and transport smokejumpers and cargo, along with specific maintenance and operational standards. The contractor is responsible for providing qualified personnel, ensuring the aircraft meets FAA requirements, and maintaining high safety standards. Proposals must be submitted by January 31, 2025, at 2:00 pm Eastern Time. Overall, this document emphasizes the government's commitment to effective and reliable aerial support for firefighting and land management, while requiring that contractors adhere to strict aviation safety and operational requirements.
Jan 17, 2025, 7:05 PM UTC
The document pertains to a Request for Proposal (RFP) issued by the U.S. government, specifically the Interior Business Center’s Acquisition Services Directorate, for commercial items. The proposal details indicate that the offer due date is January 31, 2025, at 2:00 PM Eastern Time, with a contract performance period spanning from April 1, 2025, to March 31, 2027. The solicitation references the Federal Acquisition Regulation (FAR) clauses, outlining compliance requirements and terms for small businesses, including those owned by service-disabled veterans and economically disadvantaged women. The document includes multiple codes and instructions for contractors regarding submissions and invoicing. It states that payment will be directed to a specific address in Herndon, VA, while emphasizing the need for careful completion of the offeror sections. The detailed stipulations concerning the solicitation process denote the structured nature of government procurement, aimed at ensuring transparency, fairness, and adherence to legal requirements. Overall, this RFP serves as a formal invitation for potential contractors to submit competitive bids for government contracts within specified guidelines.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
UTV Winnemucca - Wilder
Buyer not available
The Bureau of Land Management (BLM) is seeking proposals for a new utility task vehicle (UTV) side by side (SXS) to support fire operations in remote areas, specifically through solicitation number 140L3925Q0039. The UTV must accommodate six passengers, feature a 70 hp gasoline engine, and possess 4WD capabilities, along with a robust design that includes a Roll Over Protection System (ROPS), significant payload and towing capacities, and all-terrain tires. This procurement is crucial for enhancing operational efficiency and safety in fire suppression and management missions, reflecting the BLM's commitment to effective environmental management. Proposals are due by 11:59 PM on May 7, 2025, with delivery expected by June 1, 2025, and interested parties can contact Matthew Bernard at mbernard@blm.gov or 775-861-6420 for further information.
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.
T--Photography/ Videography BPA Set Up 2025-2028
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for a Blanket Purchase Agreement (BPA) to provide photography and videography services from May 2025 through April 2028. The objective is to capture various aspects of the BLM Fire program, including wildland fire activities, fuels management projects, and fire preparedness efforts, with a focus on producing high-quality media suitable for public dissemination. This initiative is crucial for enhancing public awareness and communication regarding the BLM's fire management efforts, ensuring that all content produced remains under government ownership. Interested small businesses must submit their proposals, including hourly pricing and service offerings, by May 5, 2025, and can direct inquiries to Miranda Schindel at mjschindel@blm.gov or by phone at 208-387-5431.
UPGRADE FWA AFS KITCHEN FIRE SUPPRESSION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management's Alaska Fire Service, is soliciting proposals for the upgrade of the kitchen fire suppression system at Fort Wainwright, Alaska. This project aims to enhance safety by installing a modern wet chemical extinguishing system in compliance with UL-300, NFPA 17A, and NFPA 96 standards, necessitated by the transition to vegetable oils in food preparation. The procurement emphasizes the importance of effective fire safety measures in public cooking facilities, with proposals due by April 30, 2025, at 4:00 PM Alaska Daylight Time. Interested contractors must ensure compliance with federal acquisition regulations and are encouraged to contact Michael Stewart at mlstewart@blm.gov or 907-356-5774 for further details.
USCG TRANSPORTATION SUPPORT TO WESTERN ALASKA VILLAGES
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for transportation support to Western Alaska villages, effective from June 1, 2025, to May 31, 2030. The BPA will facilitate transportation services from Bethel, Alaska, to various remote villages, with a focus on ensuring compliance with the Statement of Work and demonstrating technical capability. This procurement is crucial for enhancing logistical support in underserved areas, thereby improving access to essential services for local communities. Interested contractors must submit their quotes by May 19, 2025, to both Johnathan Maro and Robbin Kessler, with all inquiries directed to Robbin Kessler by April 25, 2025.
FA500025Q0022- FIRE TRUCK ENGINE
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of a Cummins ISL9 CM2250 engine to replace the existing engine in a 2011 E-ONE P-33 aerial fire truck at Joint Base Elmendorf-Richardson (JBER), Alaska. The contractor is required to deliver the engine within 30 days of contract award, ensuring compliance with specific alterations to match original engine specifications, and to complete a core exchange within 90 days post-delivery. This procurement is critical for maintaining operational capabilities in firefighting equipment, and the government intends to award a firm-fixed-price contract based on the lowest price and technical acceptability. Interested vendors must submit their quotes by 12 PM AKST on April 30, 2025, and can direct inquiries to SSgt Gabriel Hughes at gabriel.hughes.1@us.af.mil or Hayley Prato at hayley.prato@us.af.mil.
TOP OF THE WORLD WUI PILE THINNING 2025
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management, is seeking quotes for the "Top of the World WUI Pile Thinning 2025" project aimed at reducing wildfire risks in Catron County, New Mexico. This initiative involves hand thinning piñon and juniper trees across an estimated 450 acres to mitigate fire hazards and promote forest health, with a focus on environmental conservation practices. The procurement is set aside for small businesses, with a firm-fixed price contract to be awarded based on the lowest price technically acceptable. Interested contractors must submit their bids by May 9, 2025, and can contact Audrey Whetham at awhetham@blm.gov for further information.
Oil (Smoke, Engine & Additive) Beale AFB Airshow 2025
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking proposals from small businesses for the procurement of oil (smoke, engine, and additive) for the 2025 Beale AFB Airshow. The contractor will be responsible for delivering 1,540 gallons of paraffin-based smoke oil, various engine oils, and additives by June 5, 2025, and must also manage the removal of unspent materials and empty containers post-event at no cost to the government. This procurement is critical for the successful execution of the two-day Air & Space Expo, ensuring compliance with safety and environmental standards. Interested parties must submit their proposals by April 28, 2025, and direct any questions to Teresa Perez at teresa.perez.9@us.af.mil or Lt. Joshua Sweat at joshua.sweat.2@us.af.mil.
H--Fire Protection Sys Inspect/Test - 12 AK Parks
Buyer not available
The Department of the Interior, specifically the National Park Service's Alaska Regional Office, is seeking qualified contractors to provide fire protection systems inspection and testing services across 12 national parks in Alaska. The primary objective of this procurement is to ensure that fire safety systems are operational and compliant with National Fire Protection Association (NFPA) standards, thereby enhancing public safety and emergency preparedness within these facilities. This contract, which is set aside for small businesses, will span until October 31, 2025, and includes requirements for annual inspections, immediate reporting of deficiencies, and coordination with monitoring services. Interested vendors must submit their proposals by May 1, 2025, and can direct inquiries to Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
Professional Fire Prevention Advertising Campaign
Buyer not available
The Bureau of Land Management (BLM), part of the Department of the Interior, is seeking proposals for a Professional Fire Prevention Advertising Campaign aimed at mitigating human-caused wildfires across gas stations in the Western United States. The campaign, titled “Spark Safety, Not Wildfires,” will involve producing public service announcements for gas pump and in-store advertising, engaging social media content, and placing fire prevention messaging on firewood bundles, with a goal of reaching a minimum viewership of 45 million for video PSAs. This initiative is crucial for enhancing public safety and awareness regarding wildfire risks, with an estimated total award amount of $34.5 million and a contract performance period from June 1 to October 31, 2025. Interested parties must submit their proposals by April 14, 2025, and can direct inquiries to Kelly Houghton at khoughton@blm.gov.