V--BIA Exclusive Use Type III Helicopter Flight Servi
ID: 140D0425R0100Type: 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 seeking proposals for Exclusive Use Type III Helicopter Flight Services to support the Bureau of Indian Affairs (BIA) in Window Rock and Whiteriver, Arizona. The procurement aims to award two indefinite-delivery, indefinite-quantity (IDIQ) fixed-price contracts, which will facilitate essential services such as fire suppression, law enforcement, and administrative activities from March 1, 2026, to February 28, 2031. The selected contractor will provide helicopters, personnel, and all necessary equipment, adhering to strict operational and safety standards. Interested parties must submit their proposals by January 7, 2026, at 1300 PST, and can direct inquiries to Shay Roadruck at shay_roadruck@ibc.doi.gov or by phone at 571-513-3226.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Sources Sought notice issued by the U.S. Department of the Interior (DOI), seeking information from potential contractors for providing exclusive use Type III Helicopter aviation services to support wildland firefighting and other resource missions. Its primary goals are to identify eligible Indian Economic Enterprises (IEEs) and small businesses, as well as other capable businesses for the procurement. Required services include aircraft provision, personnel, fuel, and maintenance support for various operations, including fire suppression and monitoring. Interested organizations are asked to submit information about their capabilities, including business size and relevant certifications, by a specified deadline. The anticipated contract will require the provision of a helicopter, pilot, and other support personnel and equipment throughout the exclusive use period each fire season. The document emphasizes that participation in this Sources Sought does not guarantee future contract opportunities and that responses will not be financially reimbursed. All submissions will be treated as governmental property and may influence future acquisition strategies. The overarching intention is to outline the need for helicopter services while ensuring compliance with procurement procedures and regulations.
    The Interior Business Center (IBC), on behalf of the Department of the Interior’s Bureau of Indian Affairs (BIA), is issuing a pre-solicitation notice (140D0425R0100) for exclusive use helicopter flight services. These services will support natural resource missions, including fire suppression, law enforcement surveillance, and other administrative activities. The contractor must provide a helicopter, personnel, a fuel servicing vehicle, and fuel. Two contracts will be awarded for designated bases in Window Rock, AZ, and Whiteriver, AZ, each for a 120-day exclusive use period annually from May to August. The contract period is estimated from March 1, 2026, to February 28, 2031, with a possible six-month extension. The solicitation will be issued under full and open competition using NAICS code 481211 (Nonscheduled Chartered Passenger Air Transportation) and PSC Code V221 (Transportation/Travel/Relocation). A Request for Information in July 2025 identified six capable vendors. The solicitation is anticipated to be released on or after December 2, 2025, with offers due by January 5, 2026, and awards by March 2026. Interested contractors must be registered in SAM.gov.
    This Wage Determination (No. 1995-0221, Revision 70, dated 05/05/2025) outlines minimum wage rates and fringe benefits for service contracts subject to the Service Contract Act. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts after Jan 30, 2022) and 13658 ($13.30/hour for contracts between Jan 1, 2015, and Jan 29, 2022, not renewed). The document specifies hourly rates for various occupations across different U.S. regions, including Alaska, Hawaii, American Samoa, and continental regions. It also covers fringe benefits like health and welfare (with specific rates for Hawaii and EO 13706-covered contracts), vacation, and eleven paid holidays. Additional provisions include hazardous pay differentials, uniform allowances, and procedures for conforming unlisted occupations and wage rates using SF-1444, referencing the
    This document, Wage Determination No.: 1995-0222, outlines wage and fringe benefit requirements for service contracts under the Service Contract Act. It details minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on the contract award/renewal date. The document specifies wage rates for occupations like Airplane Pilot ($39.08), First Officer (Co-Pilot) ($35.58), and Aerial Photographer ($19.52) involved in various flying services. It also mandates fringe benefits including health & welfare, vacation, and holidays, with specific rates and conditions for Hawaii. Additionally, it addresses hazardous pay differentials (8% or 4%), uniform allowances, and procedures for conforming unlisted occupations and wage rates using Standard Form 1444.
    The Bureau of Indian Affairs (BIA) is soliciting proposals for two Indefinite-Delivery, Indefinite-Quantity (IDIQ) Fixed Price with Economic Price Adjustment contracts for exclusive-use Type III helicopter flight services. These services will support BIA missions in Window Rock, AZ, and Whiteriver, AZ, from March 1, 2026, to February 28, 2031. The contracts require contractor-furnished, operated, and maintained helicopters, personnel (Pilot-in-Command, Fuel Service Vehicle Driver, and relief crews), a fuel servicing vehicle, and all associated equipment. Missions include fire suppression, law enforcement surveillance, and administrative activities, with aircraft subject to government control 24/7. Key helicopter requirements include five passenger seats, a 1,000-pound payload at specified conditions, a turbine engine, 120 knots VNE, 14 CFR Part 27 certification, and skid-type landing gear. Offerors must provide detailed pricing schedules for daily availability and flight hours, including optional extensions, for both locations. Additional pay items cover extended standby, fuel charges in Alaska, and subsistence allowances. Contractors must hold current FAA certifications and maintain equipment in excellent condition, adhering to strict avionics and safety standards.
    This government solicitation, 140D0425R0100, outlines the requirements for exclusive-use Type III helicopter flight services for the Bureau of Indian Affairs (BIA) at Window Rock, AZ, and Whiteriver, AZ. The Request for Proposal (RFP) aims to award two indefinite-delivery, indefinite-quantity (IDIQ) fixed-price contracts with economic price adjustments for services supporting fire suppression, law enforcement, and other administrative activities. The contracts will span from March 2026 to February 2031, with estimated exclusive use periods from May 1 to August 28 annually. Key requirements include a light helicopter with specific seating, payload, and airspeed capabilities, along with a full crew and a fuel servicing vehicle. The document also provides detailed technical specifications for aircraft equipment, avionics, personnel qualifications, and operational procedures, including provisions for Alaska deployments and economic price adjustments for fuel. Pricing schedules are provided for both locations, outlining daily availability and flight hour rates for a base year and five ordering periods.
    This amendment (140D0425R0100/0001) is issued for a solicitation concerning Exclusive Use Type III Helicopter Flight Services for the Bureau of Indian Affairs (BIA) in Window Rock and Whiteriver, Arizona. The amendment provides answers to prospective offerors' questions and includes a conformed solicitation with highlighted changes. The due date for proposal submission remains January 7, 2026, at 1300 PST, and the period of performance is from March 1, 2026, to February 28, 2031. Offerors must acknowledge receipt of this amendment by signing and returning one copy with their proposal.
    The Department of the Interior Business Center, Acquisition Services Directorate (DOI ACQ SVCS DIRECTORATE) has issued Solicitation Number 140D0425R0100, a Request for Proposal (RFP) for Exclusive Use Type III Helicopter Flight Services. These services are required to support the Bureau of Indian Affairs (BIA) in Window Rock, Arizona, and Whiteriver, Arizona. The solicitation was issued on December 4, 2025, with offers due by January 7, 2026, at 1300 PS. The period of performance for the contract is from March 1, 2026, to February 28, 2031. The acquisition is set aside for small businesses under NAICS code 481211 with a size standard of $100.00. Payment will be administered by the Interior Business Center, AQD, located at 381 Elden Street, Suite 2000A, Herndon VA 20170 USA. The solicitation includes provisions for FAR 52.212-1, 52.212-3, 52.212-4, and 52.212-5.
    Similar Opportunities
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for Exclusive Use Amphibious Single Engine Scooper Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract requires the provision of a single-engine amphibious aircraft capable of performing fire suppression missions, with specific operational criteria including a minimum of 1600 Shaft Horsepower and a 799 US gallon tank capacity. This service is crucial for effective fire management and resource conservation in the region, with an estimated exclusive use period of 60 days annually from April 14 to June 12, spanning from 2026 to 2031. The maximum contract value is $10,000,000, and proposals are due by January 5, 2026, at 10:00 AM PST. Interested parties should contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    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 technical specifications and personnel qualifications. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and should direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    T--On-Call/Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Ser
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for on-call and/or exclusive use Unmanned Aircraft Systems (UAS) emergency fire flight services to support the Office of Aviation Services. This procurement aims to provide essential aerial support for fire management across the contiguous lower 48 states over a five-year ordering period. The successful contractor must be registered in the System for Award Management (SAM.gov) and comply with the requirements outlined in the solicitation, which is set aside for small businesses under NAICS code 541370. The anticipated solicitation issue date is January 5, 2026, with a closing date projected for February 4, 2026. For further inquiries, interested parties may contact Stephanie Boles at stephanieboles@ibc.doi.gov.
    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.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    68--Propane for Tohono O'odham Agency
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs, is seeking proposals for the supply and delivery of propane to the Tohono O’odham Agency in Sells, Arizona. The procurement involves a non-personnel services contract requiring the contractor to provide uninterrupted Liquid Petroleum (L.P.) Gas services to various agency facilities, including the Tohono O’odham Nation Adult Detention Center, with deliveries scheduled Monday through Friday. This contract is particularly significant as it supports essential heating and cooking needs for the agency's operations, and it is set aside for Indian Economic Enterprises under the Buy Indian Act. Interested vendors must submit their quotes by January 2, 2026, and can direct inquiries to Melanie Schiaveto at Melanie.Schiaveto@bia.gov or by phone at 480-744-4870.
    R--Geospatial Support Services for OTS - DRIS
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.
    R--Indian Art and Craft Shop Operations RFP
    Interior, Department Of The
    The Bureau of Indian Affairs, part of the Department of the Interior, is seeking proposals for the operation of the Indian Art and Craft Shop located in Washington, D.C. This Request for Proposals (RFP) outlines a five-year concession contract, with the possibility of a five-year renewal, aimed at managing the retail sale of authentic Indian arts and crafts, as well as providing cultural education and event programming. The selected concessionaire must comply with the Indian Arts and Crafts Act of 1990 and adhere to historic preservation standards, with a strong preference for Indian-owned businesses, although non-Indian entities are also encouraged to apply. Proposals are due by January 15, 2026, and must include detailed plans addressing authenticity, support for Indian artisans, operational capabilities, marketing strategies, and financial resources. Interested parties can reach out to Terence Lord at terence.lord@bia.gov for further inquiries.
    28--Department of the Interior (DOI) Office of Aviatio
    Interior, Department Of The
    The Department of the Interior (DOI) is soliciting quotes for a Lycoming IO-360-A1B6 engine, either new or factory-rebuilt, specifically for use on Partnavia P-68 aircraft, intended for the Office of Aviation Services Alaska Regional Office. This procurement is a total small business set-aside under NAICS Code 336412, emphasizing the necessity of the brand-name engine due to its unique FAA approval and compliance with airworthiness requirements. The engine is critical for maintaining the operational safety and efficiency of the DOI's aviation fleet. Quotes are due by January 12, 2026, at 12:00 PM EST, with delivery required by August 15, 2028, to Anchorage, AK. For further inquiries, interested parties may contact Rachael Davis at rldavis@ibc.doi.gov or by phone at 208-433-5038.