F--EU High Wing Turboprop Flight Services Smokejumper
ID: 140D0425R0003Type: Presolicitation
AwardedFeb 28, 2025
$10M$10,000,000
AwardeeBIGHORN AIRWAYS INC 912 W BRUNDAGE LN Sheridan WY 82801 USA
Award #:140D0425D0010
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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    OTB SPE60523P6093 JA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking a contractor to deliver 53,000 gallons of DS1 fuel oil to Sparrevohn Long Range Radar Site (LRRS) in Fairbanks, Alaska. The delivery is required by air between December 19, 2022, and January 31, 2023, and the contractor must contact Sparrevohn prior to delivery to confirm any specific or special requirements. This procurement is critical for maintaining operational capabilities at the radar site, ensuring that fuel supplies are readily available for military operations. Interested parties can reach out to Sandra A. Smallwood at sandra.smallwood@dla.mil or by phone at 804-774-0904 for further details.