On Call Type III Helicopter flight services for Ae
ID: 140D0424R0102Type: 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
    Description

    The Department of the Interior is soliciting proposals for On Call Type III Helicopter flight services to support the Aerial Capture, Eradication, and Trapping of Animals (ACETA) and Wild Horse and Burro (WH&B) programs. The procurement aims to establish Blanket Purchasing Agreements (BPA) with qualified contractors who can provide specialized helicopter services, ensuring compliance with FAA regulations and safety standards while meeting defined performance criteria for various mission types. This initiative is crucial for effective wildlife management and environmental conservation efforts, promoting small business participation, including those owned by service-disabled veterans, HUBZone, and women-owned entities. Interested parties must submit their proposals by October 2, 2024, for a contract period running from May 1, 2025, to April 30, 2030. For inquiries, contact Shay Roadruck at shay_roadruck@ibc.doi.gov or call 571-513-3226.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior (DOI) plans to solicit multiple Blanket Purchase Agreements (BPAs) for fully contractor-furnished, operated, and maintained on-call Type III helicopter services, aimed at supporting various wildlife management programs, including Animal Capture, Eradication, and Tagging (ACETA) and Wild Horse and Burro (WH&B) initiatives. Services will encompass inventory census, eradication, trapping, and survey operations across the Lower 48 States. Contractors must provide light helicopters with specified performance capabilities depending on elevation, hold certain crew and equipment requirements, and may offer multiple aircraft options. The intended performance period is five years, from May 2025 to April 2030, with a potential extension. The solicitation will adhere to Federal Acquisition Regulations and is set aside for small businesses under a specified NAICS code. The government anticipates issuing the solicitation post-October 2024 and requires interested contractors to be registered in the System for Award Management (SAM) at the proposal submission and award times. The announcement designates a clear pathway for competitive bidding among small businesses to support federal wildlife management efforts.
    The document is a Wage Determination by the U.S. Department of Labor concerning the Service Contract Act, outlining wage requirements for federal contracts. It specifies minimum wage rates for various occupations effective in 2024, dictated by Executive Orders 14026 and 13658. For contracts awarded after January 30, 2022, the minimum wage is set at $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must provide at least $12.90 per hour. It lists specific wage rates across different regions for numerous job classifications, including administrative, automotive, food service, health occupations, and more, with variations between states like Alaska, Hawaii, and other U.S. regions. The document also covers employee benefits, stipulates requirements for conformance requests for unlisted employee classifications, and details the associated health and welfare benefits. The guidelines underscore the government's commitment to fair compensation and worker protections under the Service Contract Act, ensuring contractors comply with established wage standards and employee rights.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor for contracts in 2024, emphasizing compliance with Executive Orders regarding minimum wage and employee benefits. For contracts after January 30, 2022, workers must be paid a minimum of $17.20 per hour, aligning with Executive Order 14026, while prior contracts continue under Executive Order 13658's rate of $12.90 per hour. The effective wage rates for various occupations in aviation, such as Airplane Pilots ($37.65) and Aerial Photographers ($18.81), are specified. It also details health and welfare benefits, vacation entitlements, and holiday pay requirements, emphasizing the necessity of paid sick leave as outlined in Executive Order 13706. The document includes guidelines for uniform allowances and hazardous pay differentials, along with the procedure for classifying unlisted service employees. The various components echo the government's commitment to fair labor standards, ensuring that contractors adhere to the established wage determinations while also promoting worker welfare and protections under federal mandates. This document serves as a crucial reference for federal contractors in understanding their obligations regarding wages and employee benefits under federal contracts.
    This document outlines a Request for Proposal (RFP) related to the Department of the Interior's (DOI) need for on-call helicopter flight services for Aerial Capture, Eradication, and Tagging of Animals (ACETA) and Wild Horse and Burro (WH&B) programs. It establishes criteria for awarding Blanket Purchasing Agreements (BPA) to contractors, including the necessary certifications, equipment specifications, personnel requirements, and mission types. Helicopters must meet defined performance standards based on elevation and passenger capacity, with specific capabilities for various mission types such as herding and trapping. The RFP includes a detailed pricing schedule for various services, emphasizing the inclusion of applicable taxes and the economic adjustments based on fuel price fluctuations. The RFP serves as a critical framework to safely and effectively conduct wildlife management operations while emphasizing compliance with FAA regulations and safety standards. It prioritizes collaboration between contractors and government representatives to fulfill mission objectives effectively. Overall, the document emphasizes operational readiness, regulatory adherence, and the significance of maintaining precision in aviation practices for wildlife management programs under the DOI.
    The document outlines a Request for Proposal (RFP) for On Call Type III Helicopter flight services, focusing on services related to the Aerial Capture, Eradication, and Trapping of Animals (ACETA) and Wild Horse and Burro (WH&B) programs. It is administered by the Interior Business Center's Acquisition Services Directorate, with specific contact details for inquiries and submission deadlines clearly noted. The solicitation is open until October 2, 2024, and proposals will cover a contract period from May 1, 2025, to April 30, 2030. The document emphasizes the requirement for compliance with the Federal Acquisition Regulation (FAR) and specifies that it is set aside for small businesses, including those owned by service-disabled veterans, HUBZone, and women-owned entities. Additional sections require offerors to complete particular blocks for clarity on pricing, quantities, and accounting data. Overall, this RFP represents a structured approach to soliciting bids for specialized helicopter services within environmental and wildlife management contexts, promoting small business participation while ensuring adherence to regulatory standards.
    Lifecycle
    Similar Opportunities
    V--AK NPS EU Helo
    Active
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Helicopter Services at Denali National Park in Talkeetna, Alaska, under Solicitation 140D0424R0032. The contract aims to provide fully operated helicopter services for a guaranteed period of 120 days, with potential extensions, to support various government missions, including search and rescue, fire management, and law enforcement. This initiative represents a significant investment of $8 million over five years, emphasizing the importance of safety, compliance with FAA regulations, and effective communication between the contractor and the government. Interested contractors must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with inquiries directed to Jennifer Arthur at jenniferarthur@ibc.doi.gov.
    15--Weed Control Unmanned Aircraft Services (UAS) Aeri
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking contractors to provide Unmanned Aircraft Services (UAS) for weed control and aerial herbicide application at the Malheur National Wildlife Refuge, covering approximately 520 acres. The primary objective is to manage invasive vegetation and enhance bird habitats, with potential for additional services across various locations in the contiguous United States. This initiative underscores DOI's commitment to environmental management and conservation, particularly in wetland ecosystems. Interested vendors must submit their responses by October 31, 2024, and can direct inquiries to Stephanie Boles at stephanieboles@ibc.doi.gov.
    EU Helicopter Flight Services, Mount Rainier, Olym
    Active
    Interior, Department Of The
    The Department of the Interior is seeking proposals for EU Helicopter Flight Services to support operations at Mount Rainier, Olympic, and North Cascades National Parks. The procurement aims to acquire exclusive use helicopter services for various federal agencies, including the National Park Service, with a focus on project work, fire management, and search and rescue operations. This contract will span a base year with four optional renewal years, ensuring a minimum of 139 days of helicopter availability and a maximum ceiling amount of $7 million for services ordered. Interested vendors should submit their proposals in compliance with federal acquisition regulations, and they can contact Melanie Johnson at melaniejohnson@ibc.doi.gov for further information.
    Exclusive Use Fixed Wing Single Engine Scooper Ser
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is seeking proposals for exclusive use of fixed-wing single-engine amphibious water-scooping aircraft to support fire suppression operations at Fort Wainwright, Fairbanks, Alaska. The procurement aims to secure four contractor-operated and maintained aircraft, which must meet specific FAA airworthiness criteria, including a tank capacity of 800 US gallons and the capability to operate from gravel runways. This contract is crucial for ensuring effective fire management during the fire season, with services anticipated to be required annually from May 20 to August 2, following a five-year ordering period starting April 1, 2025. Interested bidders should note that the solicitation is expected to be issued around September 23, 2024, and can contact Heather Sizick at heathersizick@ibc.doi.gov for further inquiries.
    FW FIRE EU Utility (Fort Wainwright)
    Active
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Fixed Wing Fire Exclusive Use Utility Flight Services at Fort Wainwright, Alaska, with a contract period from April 1, 2025, to March 31, 2030. The procurement requires the contractor to provide two multi or single-engine turbine aircraft, along with crew, maintenance, and necessary equipment to support fire management activities, including transportation and aerial observation, while adhering to strict safety and operational standards. This service is crucial for effective resource management and operational readiness in fire response activities in Alaska, particularly during the exclusive use period from May 1 to August 28 each year. Interested contractors should contact Maya Maxies-Clemons at mayamaxies-clemons@ibc.doi.gov for further details, and must comply with wage determinations set forth under the Service Contract Act, with minimum wage rates starting at $17.20 per hour for contracts initiated after January 30, 2022.
    Exclusive Use Fixed Wing Single Engine Scooper Ser
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for exclusive use of fixed-wing single-engine water-scooping aircraft to support fire suppression operations at Fort Wainwright, Fairbanks, Alaska. The contract requires the provision of four amphibious aircraft capable of carrying 800 gallons of water, along with necessary personnel and support equipment, for a performance period of 75 days annually, with potential extensions up to 180 days based on federal funding. This service is critical for effective aerial firefighting efforts, ensuring rapid response to wildfires in the region. Interested contractors should contact Heather Sizick at heathersizick@ibc.doi.gov for further details, and must comply with wage determination guidelines under the Service Contract Act, which stipulate minimum wage rates starting at $17.20 per hour for contracts initiated after January 30, 2022.
    Fixed-wing aviation services in New Mexico to support predator damage management activities
    Active
    Agriculture, Department Of
    The US Department of Agriculture requires fixed-wing aviation services in New Mexico to aid in predator damage management, specifically involving invasive species removal and wildlife disease monitoring. This work is typically conducted under the direction of dedicated Wildlife Services personnel. The job requires the use of a Piper Super Cub PA-18 or Cub Crafters CC18 aircraft and a qualified pilot, under a five-year contract. With a quotation deadline of August 1st, 2024, the successful applicant will be awarded a contract running from mid-August 2024 to the same date in 2029, offering a fixed price for their services.
    F-- Pre-Solicitation Notice for RFP No. 140L0123R0005
    Active
    Interior, Department Of The
    Sources Sought Notice (SSN) has been issued by the INTERIOR, DEPARTMENT OF THE - BUREAU OF LAND MANAGEMENT, WASHINGTON DC OFFICE. The notice is for the procurement of Short Term Holding & Training services for the Wild Horse and Burro Program (WHBP). This service is aimed at providing a five-year Multiple Award Task Order Contract (MATOC) for the Short Term Holding and Training (STHT) of wild horses and burros. The contract will be in accordance with FAR Subpart 16.5 Indefinite-Delivery Indefinite-Quantity (IDIQ) Contracts.
    R--Veterinarian Support Services
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to provide veterinarian support services for the U.S. Park Police's equine and animal care needs in fiscal year 2025. The contractor will be responsible for delivering comprehensive medical care, including emergency and preventative services, for 30-35 horses and barn cats located at five stables in the Washington DC Metropolitan area, ensuring their overall health and maintaining medical records. This procurement is critical to support the Horse Mounted Patrol's law enforcement mission within the National Park System. Interested parties are encouraged to respond to this Sources Sought Notice by providing their business information and capabilities to Michelle Shoshone at michelleshoshone@nps.gov or by phone at 202-578-9322, noting that this notice does not constitute a formal solicitation and no proposals will be accepted at this time.
    F--Manure Removal Services
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide manure removal services for five stables housing 30-35 horses in the Washington Metropolitan Area, with the requirement anticipated for fiscal year 2025. The contractor will be responsible for supplying and maintaining dumpsters for manure disposal, ensuring timely service delivery within three business days of request, and adhering to operational procedures outlined in the draft statement of work. This service is crucial for maintaining sanitation and compliance for the Horse Mounted Patrol Unit, reflecting a growing demand as evidenced by the increase in manure dumpster removals in recent years. Interested parties should contact Michelle Shoshone at michelleshoshone@nps.gov or call 202-578-9322 for further details, and are encouraged to submit their capabilities in response to this sources sought notice, which does not constitute a formal solicitation.