V--Exclusive Use Light Fixed Wing Aircraft Services
ID: 140D0425Q0634Type: Solicitation
Overview

Buyer

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

NAICS

Other Nonscheduled Air Transportation (481219)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR CHARTER (V121)

Set Aside

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

    The Department of the Interior is soliciting proposals for Exclusive Use Light Fixed Wing Aircraft Services in support of NAVSEA, with a focus on providing a multi-engine land airplane and flight crew for various ship weapon system test and evaluation programs. The procurement requires the aircraft to meet specific performance, certification, and operational requirements, including capabilities for VFR/IFR operations and extended over-water missions. This contract is crucial for supporting the Navy's research, development, testing, and evaluation activities, with a total contract ceiling of $5,000,000 and a performance period from April 1, 2026, to March 31, 2031. Interested small businesses must submit their quotes by October 29, 2025, and can direct inquiries to Austin Carter at austin_carter@ibc.doi.gov or by phone at 208-433-5032.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Navy is seeking proposals for exclusive use twin-engine, high-wing aircraft services to conduct weapon system tests managed by NAVSEA. The contractor must be FAA-certified and provide an airplane designated as exclusive use for government operations. Key specifications include a multi-engine land airplane capable of extended over-water flight, with a minimum endurance of 6.5 hours, and specific performance metrics such as a single-engine service ceiling of 10,000 feet. The contract will be a five-year IDIQ with Time and Material components, starting around October 2025, and aims for small business participation under NAICS code 481219. Interested contractors must register in the System for Award Management (SAM) to be eligible for submission, with the solicitation expected to be posted by August 2025. This RFP emphasizes the need for efficient air transportation support in military operations while ensuring compliance with federal procurement regulations.
    The U.S. Navy is soliciting proposals for EU Fixed Wing Services, requiring a contractor to provide one exclusive-use multi-engine land airplane and flight crew for ship weapon system test and evaluation programs. The aircraft must meet specific certification, endurance, performance, and avionics requirements, including VFR/IFR, day and night operations, and extended over-water capabilities. The contract outlines pricing schedules for daily availability, flight hours, and additional services, with an annual minimum guarantee of 60 days of daily availability and a maximum contract ceiling of $5,000,000. Key mission types include CSSQT support, shipbuilding tests, RDT&E, communications relay, drone control, and range clearance. The contractor is responsible for maintaining the aircraft, including Government Property, and ensuring flight crew qualifications and adherence to safety standards. The solicitation also details administrative matters, invoicing procedures, and economic price adjustment for fuel.
    The NAVSEA EU LT FW Aircraft Q&A document outlines amendments to a solicitation for fixed-wing aircraft services. Key changes include reducing the required endurance payload from 1,100 lbs to 870 lbs and lowering the single-engine service ceiling from 10,000 ft to 6,000 ft Mean Sea Level. Additionally, the requirement for inertial reels in shoulder harnesses at pilot/copilot positions has been removed, as have the requirements for an Automatic Direction Finder (ADF) receiver and an Underwater Acoustic Beacon. These modifications, made in Amendment 0001, adjust technical specifications and equipment requirements to better align with common light aircraft capabilities and mission needs.
    The NAVSEA EU LT FW Aircraft Q&A (Solicitation # 140D0425Q0634) clarifies instructions for offerors regarding fuel consumption rates and weights for aircraft performance calculations. Amendment 0002 updates verbiage to specify that Exhibit 4 fuel consumption rates must be used, resolving a typo. It also details the use of 6.7 lbs/gallon for turbine fuel and 6.0 lbs/gallon for AVGAS in performance calculations. The document emphasizes using the Aircraft Flight Manual for performance data in conjunction with Exhibit 4 for fuel consumption, prioritizing the higher rate for payload computations. Offerors must provide comprehensive documentation, including weight and balance reports and performance calculations, to support their proposed aircraft capabilities.
    Amendment 0001 to Solicitation 140D0425Q0634 for Exclusive Use Light Fixed Wing Aircraft Services in support of NAVSEA addresses vendor questions, amends solicitation specifications (highlighted in yellow), and extends the quote submission deadline to October 22, 2025, at 1200 MT. Offerors must acknowledge this amendment via copies, acknowledgment on submitted offers, or separate communication, ensuring receipt by the specified date and time to avoid rejection. The period of performance for the contract is from April 1, 2026, to March 31, 2031. This amendment is critical for ensuring that all prospective contractors have the most current information for their proposals.
    Amendment 0002 to Solicitation 140D0425Q0634 extends the due date for quotes to October 29, 2025, at 1200 MT for "EXCLUSIVE USE LIGHT FIXED WING AIRCRAFT SERVICES IN SUPPORT OF NAVSEA." This amendment addresses vendor questions and revises specifications/requirements within the solicitation. Offerors must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging receipt on each submitted offer, or sending a separate communication. The period of performance for the contract is from April 1, 2026, to March 31, 2031. Failure to acknowledge the amendment by the specified time may result in the rejection of offers.
    The government solicitation, number 140D0425Q0634, is a Request for Proposal (RFP) for exclusive use light fixed-wing aircraft services in support of NAVSEA. Issued by the DOI ACQ SVCS Directorate, it has an offer due date of October 15, 2025, at 10:00 AM MD. The solicitation is set aside for small businesses, with a NAICS code of 481219 and a size standard of $100.00. The period of performance for these services is from April 1, 2026, to March 31, 2031, with delivery by March 31, 2031. Payment will be made by the Interior Business Center, AQD. This document incorporates various Federal Acquisition Regulation (FAR) clauses.
    Lifecycle
    Similar Opportunities
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    The Department of the Interior is seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    15--RFI for Easy Aerial Tethered UAS
    Buyer not available
    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.
    BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Buyer not available
    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) in Bemidji, Minnesota. The contract, which is set aside for small businesses, will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated operational 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 parties must submit their proposals by December 30, 2025, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    J--Helicopter maintenance services
    Buyer not available
    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.
    Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (ICEX 2026 Operation Ice Camp Air Charter Services)
    Buyer not available
    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.
    2-Year LTC Renewal (CAGE 99251)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a two-year Indefinite Quantity Contract (Solicitation N00383-25-R-P701) focused on the repair and modification of LX, E-2, and AV-8 aircraft system components. The contractor will be responsible for providing all necessary labor, materials, and facilities for repairs, adhering to specified manuals and statements of work, while also managing various repair scenarios including items deemed Beyond Physical Repair (BPR) and Beyond Economical Repair (BER). This contract is critical for maintaining the operational readiness of military aircraft, ensuring compliance with rigorous government regulations, including FAR and DFARS clauses. Interested parties can contact Kristin Clemens at KRISTIN.CLEMENS2.CIV@US.NAVY.MIL or by telephone at 771-229-0403 for further details.
    C/KC130 Air Vehicle: Engine Module Repair
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.
    ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking proposals for the ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services contract. This procurement aims to secure comprehensive maintenance and logistical support for aircraft launching, landing, and ground handling equipment, including modernization, repair, and corrosion control services. The contract, which is set aside for 8(a) small businesses, is anticipated to span from January 2027 to January 2032, with five one-year ordering periods and a six-month option for extension. Interested parties should submit their offers through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, and for further inquiries, they can contact Ndidiamaka Umeh at ndidiamaka.umeh@navy.mil or Kurt Dronenburg at kurt.j.dronenburg.civ@us.navy.mil.
    15--DOOR,AIRCRAFT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of aircraft doors under the title "15--DOOR, AIRCRAFT." This opportunity involves a firm fixed price spares purchase order, requiring contractors to maintain a quality control system compliant with established military standards and to ensure thorough inspection and documentation of all materials and processes. The goods are critical components for aircraft, emphasizing the importance of quality assurance in defense operations. Interested vendors should note that the solicitation deadline has been extended to December 15, 2025, and can direct inquiries to Helen I. Carmelo at 215-697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL.
    Testing and Inspection Physical Ppty
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for testing and inspection of physical properties. This procurement aims to establish BPAs for commercial items related to Aircraft Launch and Recovery Equipment, Common Support Equipment, and Peculiar Support Equipment, facilitating streamlined acquisition processes to support naval operations. The selected vendors will be required to submit a capabilities statement and must be registered in the System for Award Management (SAM), with the opportunity to submit responses open until March 11, 2026. Interested parties should direct inquiries and submissions to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including the solicitation number N6833525Q0321 in the subject line.