Aerial Prescribed Fire
ID: FA282324Q0011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

PSC

NATURAL RESOURCES/CONSERVATION- FOREST-RANGE FIRE SUPPRESSION/PRESUPPRESSION (F003)

Set Aside

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

    Solicitation DEPT OF DEFENSE Aerial Prescribed Fire is being procured by DEPT OF THE AIR FORCE. This service is typically used for natural resources conservation, specifically forest-range fire suppression and presuppression. The place of performance is Eglin AFB, FL 32542, USA. For more requirement details, please refer to the attached documents. For any inquiries, contact Erik Owens at erik.owens.8@us.af.mil or 8509728749.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Aerial Prescribed Fire
    Currently viewing
    Solicitation
    Similar Opportunities
    Fire Training Facility Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and inspection services for the Aircraft Fire Training Facility (AFTF) and the Structural Fire Training Facility (SFTF) at Hurlburt Field, Florida. The contractor will be responsible for ensuring the operational effectiveness and safety of these facilities by conducting inspections, performing repairs, and adhering to all relevant safety and compliance standards, including Air Force guidelines and federal regulations. This procurement is critical for maintaining the safety and readiness of training operations for firefighters, with an estimated contract value of $12.5 million and a total small business set-aside. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Peyton Cole at peyton.cole@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.
    PKAA Brush Truck
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking responses to a sources sought notice for the procurement of a PKAA Brush Truck designed for wildland firefighting applications. The requirement includes a self-contained modular slip-on unit compatible with various pickup truck chassis, featuring a minimum 400-gallon baffled poly tank, an 18HP engine, and a CF-120 pump, along with additional storage solutions and operational capabilities. This initiative underscores the government's commitment to enhancing public safety resources for effective wildland fire response, with a delivery and installation timeline of 364 calendar days post-contract award. Interested parties are encouraged to engage in dialogue regarding the specified requirements and can contact Andrea McCurry at andrea.mccurry@us.af.mil or by phone at 307-773-3017 for further information.
    Region 4/Intermountain Region Prescribed Fire and Support IDIQ
    Buyer not available
    The U.S. Department of Agriculture's Forest Service is seeking offers for the Region 4/Intermountain Region Prescribed Fire and Support Indefinite Delivery-Indefinite Quantity (IDIQ) contract, aimed at enhancing wildfire management and public safety across several National Forests in Idaho. Contractors are required to provide a comprehensive range of services, including labor, equipment, and supplies for prescribed burning operations, with a total funding ceiling of $7.5 million, and the contract is set to run from May 2025 through April 2028. This initiative is critical for reducing wildfire risks and supporting ecological health through controlled burning practices, ensuring operational flexibility through multiple task orders. Interested parties must submit their proposals, including necessary documentation via the System for Award Management (SAM), and are encouraged to contact Tanya Spanfellner at tanya.spanfellner@usda.gov for further information.
    Notice of Intent to Award a Sole Source for Aerial Ignition devices
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the procurement of 120 boxes of Plastic Spheres for Aerial Ignition to Helifire, LLC dba Field Support Services. This procurement is necessary as the agency requires unique and highly specialized supplies that only one responsible source can provide, in accordance with Simplified Acquisition Procedures under FAR Part 13.106-1(b). The Aerial Ignition devices are critical for fire management operations within the Apalachicola National Forest, ensuring effective and safe fire control measures. Interested parties may express their capability to meet this requirement by April 28, 2025, at 5:00 PM (EST), and should direct inquiries to Melody Flores at melody.flores@usda.gov or by phone at 606-371-5634.
    Eglin Operations and Maintenance Services (EOMS) II
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Eglin Operations and Maintenance Services (EOMS) II contract, aimed at providing comprehensive operations and maintenance services for the Eglin Test and Training Complex at Eglin Air Force Base, Florida. The contract encompasses a range of services including the maintenance of test and training areas, technical facilities, and engineering support for range system design and configuration, with a potential duration of ten years if all options are exercised. This procurement is critical for ensuring the operational readiness and effectiveness of military training and testing activities, with proposals due by 3:00 p.m. Central Time on May 13, 2025. Interested parties must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Ronald Wilson at ronald.wilson.22@us.af.mil or John Sarver at john.sarver.2@us.af.mil.
    Invasive Species Plant Survey
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking sources for an invasive species plant survey at Arnold Air Force Base (AFB) in Tennessee. The objective of this procurement is to identify and assess the presence and extent of invasive plant species across the 39,081-acre base, evaluate current treatment effectiveness, and recommend future management strategies to enhance ecosystem health. This initiative is crucial for maintaining the diverse habitats at Arnold AFB, which support various species and are vital for Air Force operations. Interested parties must submit a capability package by April 30, 2025, including company information and relevant classifications, to the primary contact, Andrew Waggoner, at andrew.waggoner.3@us.af.mil, or the secondary contact, Erica Anglin, at erica.anglin@us.af.mil. This notice serves as a preliminary step in the procurement process and is not a solicitation for proposals.
    Flashover Trainer
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential sources for a Class A Fueled Flashover Trainer, as part of a market research initiative. This Request for Information (RFI) aims to identify suppliers capable of meeting the technical specifications outlined in the attached documentation, although it does not constitute a formal solicitation or commitment to procure. The Flashover Trainer is critical for training purposes at the United States Air Force Academy in Colorado Springs, CO, enhancing the safety and effectiveness of fire training programs. Interested parties should reach out to Danon Davidson at danon.davidson@us.af.mil or call 719-333-4724 for further details.
    REPAIR OF P-26 KME Tanker Truck Pump
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide repair services for a P-26 KME Tanker Truck Pump at Hurlburt Field, Florida. The project involves comprehensive repairs, including the replacement of the water pump assembly and installation of serviceable accessories, while ensuring compliance with manufacturer guidelines and National Fire Protection Agency (NFPA) standards. This initiative is crucial for maintaining the operational readiness and safety of fire response capabilities within Air Force operations. Interested contractors must respond to the sources sought notice by submitting information to SSgt Guillermo Gonzales at guillermo.gonzales@us.af.mil or Rowan Cochran at rowan.cochran@us.af.mil, and must be registered in the System for Award Management (SAM) database.
    Eglin AFB Paving IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the Eglin AFB Paving IDIQ project, which involves asphalt paving and concrete support at Eglin Air Force Base in Florida. The project encompasses resurfacing, full depth reconstruction, and new construction of both bituminous concrete and portland cement concrete pavements, with a requirement for contractors to self-perform all work and possess in-house laboratory capabilities for asphalt testing. This initiative is critical for maintaining and enhancing the infrastructure of airfield pavements, roads, and related facilities, ensuring operational readiness and safety. Interested contractors should contact Jason Ward at jason.ward.34@us.af.mil or (850) 882-0197 for further details, as the presolicitation notice indicates the importance of having the capability to place at least 2,200 tons of airfield pavement per day during construction activities.
    Integrated Solid Waste Management (Base Reuse)
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center (AFTC), is seeking contractors for Integrated Solid Waste Management services at Eglin Air Force Base in Florida. The procurement involves providing comprehensive refuse collection and recycling services across multiple sites, including Eglin Main, Duke Field, and Camp Rudder, while adhering to all relevant federal, state, and local regulations. This contract is crucial for maintaining environmental standards and operational efficiency on the base. The anticipated solicitation number is FA282325R0015, with the solicitation expected to be released around May 20, 2025. Interested parties should contact Jared Dunn at Jared.Dunn.6@us.af.mil or Lindsay Hartozg at lindsay.hartzog@us.af.mil for further information, and must be registered on SAM.gov to be eligible for award consideration.