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.