V--BIA Exclusive Use Type III Helicopter Services
ID: 140D0425R0100Type: Sources Sought
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)
Timeline
    Description

    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 shay_roadruck@ibc.doi.gov or 571-513-3226 for further information.

    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.
    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
    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.
    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.
    F--Fire Suppression Support Services
    Buyer not available
    The Bureau of Indian Affairs (BIA), Eastern Oklahoma Regional Office, is seeking to establish multiple Firm-Fixed-Price (FFP) Blanket Purchase Agreements (BPAs) for Fire Suppression Support Services. The objective is to secure up to 10 BPAs with a duration of five years, aimed at providing timely and effective fire suppression on Indian lands, thereby protecting natural resources, forests, wildlands, and Tribal Residents under BIA oversight in Eastern Oklahoma. Eligible contractors include fire departments, districts, non-profit associations, or political subdivisions authorized to provide wildland fire protection within Oklahoma, with an emphasis on City, State, Rural, and Volunteer Fire Departments. Interested parties can contact Teihahnietuh McCargo at teihahnietuh.mccargo@bia.gov or (918) 614-1655 for further details.
    R--Geospatial Support Services for OTS - DRIS
    Buyer not available
    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.
    Automated Meter Reading/Customer Information Syste
    Buyer not available
    The Bureau of Indian Affairs, under the Department of the Interior, is seeking proposals for Automated Meter Reading and Customer Information Systems Contract Support Services, specifically set aside for Indian Small Business Economic Enterprises. The objective of this procurement is to enhance the Electric Utility Management System (EUMS) billing software by integrating an online customer web portal and improving system functionalities, including meter reading software management and customer information services. This contract, which spans one base year with four option years, emphasizes the importance of compliance with federal regulations and requires a minimum of 50% of the service portion to be performed by the prime contractor or similarly situated entities. Quotes are due by December 16, 2025, at 5:00 PM PST, and interested parties should direct inquiries and submissions to Melanie Schiaveto at melanie.schiaveto@bia.gov.
    R--Emergency Governor Evaluation for the Bureau of Indian Affairs
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking small business sources for an Emergency Governor Evaluation at the Headgate Rock Hydro Electric Generation Station (HGR-EGS). The primary objective is to engage a Subject Matter Expert (SME) to evaluate and troubleshoot the hydraulic governor systems, which have faced catastrophic failures and performance issues, leading to increased operational costs for the Colorado River Indian Tribe (CRIT) reservation. This evaluation is critical for restoring reliable and economical power generation, ensuring the safe and consistent operation of the facility. Interested vendors must submit their responses by December 8, 2025, at 1:00 PM Eastern Prevailing Time, via email to David Boyd at DAVIDBOYD@IBC.DOI.GOV, adhering to the specified submission guidelines outlined in the attached Statement of Work (SOW).
    Annual Fire Extinguisher Inspection and Systems Services for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide annual fire extinguisher inspection and systems services for the White Earth Health Center and associated clinics in Minnesota. The procurement involves inspecting 116 fire extinguishers, one FM200 fire suppression system, and one CO2 fire suppression system across four health clinics located in Ogema, Mahnomen, Ponsford, and Naytahwaush. This opportunity is a 100% Small Business Set-Aside under NAICS Code 238220, with proposals due by December 10, 2025, at 2:00 PM CST, requiring detailed company information, pricing for a base year plus four option years, a technical capability statement, and past performance references. Interested parties can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further details.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    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.
    68--Propane for Cheyenne River Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking proposals for the procurement of 41,400 gallons of propane for the Cheyenne River Agency in South Dakota. This opportunity is set aside for Indian Economic Enterprises (IEEs) and requires the vendor to deliver propane on an as-needed basis, adhering to all relevant regulations and guidelines. The contract period is scheduled from December 15, 2025, to March 31, 2026, with quotes due by December 10, 2025, at 5:00 PM CST. Interested vendors can contact Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016 for further information.