V--Request for Information (RFI): Alaksa NPS Helo EU
ID: 140D0424R0032Type: Sources Sought
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER AIR CHARTER (V221)
Timeline
    Description

    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 jennifer_arthur@ibc.doi.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for an Exclusive Use Type 3 Helicopter contract to support various government missions at Denali National Park in Alaska. The contract, designated by Solicitation #140D0424R0032, aims to provide fully operated helicopter services for 120 calendar days, with a possible extension, to aid in search and rescue, fire management, law enforcement, and other related activities. Key requirements include the provision of a turbine helicopter able to carry specific payloads at altitude, a qualified crew comprising pilots and mechanics, and compliance with FAA regulations. The contractor must supply necessary equipment, including supporting vehicles and avionics systems, and ensure all safety measures, maintenance protocols, and operational standards are met. Additionally, the estimated contract ceiling is $8 million over five years, with guaranteed minimum tasks awarded during the initial period. The document emphasizes the importance of safety, effective communication, and cooperation between the contractor and the government. This procurement illustrates the government’s emphasis on reliable and capable service for critical missions in challenging environments.
    The Interior Business Center, on behalf of the U.S. Fish and Wildlife Service, is preparing to issue a small business set-aside Request for Proposal (RFP) for helicopter flight services in Denali National Park. The upcoming RFP seeks a single award IDIQ contract for exclusive use helicopter flights, catering to fire and non-fireflight requirements at high altitudes around the park. Registered small businesses can expect the RFP, including detailed specifications and evaluation criteria, to be released around mid-August 2024 on https://www.SSAM.gov. The evaluation process will prioritize technical capability, organizational safety, past performance, and price, leading to a firm-fixed price IDIQ award. With a focus on efficiency and safety, the contract aims to provide critical aviation support for the park's operations. Interested parties should direct all inquiries in writing to the Contracting Officer, Jennifer Arthur.
    The document outlines a pricing worksheet for aircraft services required by federal agencies at Denali National Park in Talkeetna, AK, detailing a five-year ordering period from March 1, 2026, to February 28, 2031. It specifies a 'Designated Base Exclusive Use Period' of 120 continuous calendar days and requires vendors to submit pricing for daily aircraft availability, estimated flight hours, and additional pay items. The pricing structure includes guaranteed daily availability, estimated flight hours, and optional extension periods for both aircraft availability and flight hours. The worksheet emphasizes that the amounts entered are for funding purposes only, with no guarantees. Additionally, there is a section for 'Additional Pay Items,' detailing various costs related to staffing, fuel services, and contractor overhead. The structured format of the worksheet facilitates the collection of necessary data for budgetary concerns and decision-making for government contracts. This document serves as a crucial tool in the federal procurement process, ensuring transparent and competitive pricing for aerial services while maintaining compliance with federal funding regulations.
    The United States Department of the Interior's Interior Business Center has issued Amendment 2 to RFQ 140D0424R0032, which seeks to secure Exclusive Use Helicopter Services in Denali National Park, Alaska. The amendment addresses vendor inquiries and updates the reference of the Contracting Officer's Technical Representative to OAS Technical Inspector. The contract aims to provide helicopter services for various government activities, including search and rescue and fire management, over a guaranteed 120-day period. Contractors must acknowledge receipt of this amendment to avoid quote rejection. The procurement includes comprehensive technical specifications for the helicopter, operational equipment, pilot qualifications, and safety measures. This initiative represents a significant investment of $8 million over five years, emphasizing the importance of safety, effective service provision, and adherence to federal aviation regulations. The government will maintain control over the aircraft during the exclusive use period, highlighting the operational flexibility required for diverse missions in challenging environments. The document serves as a clear guide for potential contractors, outlining essential requirements for compliance and performance in alignment with government standards.
    This document is an amendment to a solicitation, specifically referenced as 140D0424R0032, issued by the Acquisition Services Directorate of the Interior Business Center. It outlines procedures for acknowledging receipt of the amendment and clarifies that offers must be acknowledged prior to the designated date to avoid rejection. Notably, the due date for submitting questions regarding the solicitation is specified as 6 September 2024, at 5 PM Eastern Time, with instructions to direct inquiries to designated contacts. The importance of this amendment lies in maintaining adherence to submission timelines and ensuring clarity in communication between the contracting officers and potential contractors. All existing contractual conditions remain unchanged, preserving the integrity of the overall procurement process while allowing for necessary updates.
    This document outlines an amendment to a federal solicitation, designated as 140D0424R0032, primarily addressing the acknowledgment of received amendments by potential contractors. It emphasizes that Failure to acknowledge the amendment by the specified deadline may lead to rejection of offers. The document also details modifications to a contract or order, necessitating contractors to confirm receipt of the amendment through one of several stated methods. The purpose of this amendment includes providing vendor responses to questions and updating the designated Contracting Officer's Technical Representative to an OAS Technical Inspector. Furthermore, the document stipulates that unless specified otherwise, all existing terms remain unchanged and enforceable. The amendment illustrates critical procedures in federal procurement, ensuring compliance and clarity throughout the contracting process. Such updates are vital in maintaining communication and effective contract administration between government entities and contractors.
    Lifecycle
    Title
    Type
    Solicitation
    Presolicitation
    Similar Opportunities
    V--Special Notice for Tentative Industry Day - Alaska
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is hosting a Special Notice for a Tentative Industry Day focused on the Alaska Fixed Wing and Helicopter On Call programs. This event aims to engage potential vendors through presentations and a Q&A session, scheduled for October 17, 2024, in Anchorage and October 21, 2024, in Fairbanks, Alaska. The initiative is crucial for facilitating industry engagement in aviation services, ensuring compliance and communication with prospective offerors in the government contracting process. Vendors are limited to two representatives each, with RSVPs due by September 30, 2024, and inquiries accepted until October 9, 2024. For further information, interested parties can contact Heather Sizick at heathersizick@ibc.doi.gov.
    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.
    F--Exclusive Use Fixed Wing Single Engine Scooper Services
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is preparing to issue a presolicitation notice for Exclusive Use Fixed Wing Single Engine Scooper Services based at Fort Wainwright, Fairbanks, Alaska. The BLM requires four contractor-operated amphibious water-scooping aircraft that meet specific criteria, including a minimum tank capacity of 800 gallons and the capability to operate from remote gravel runways. These services are crucial for the BLM's Aviation Fire Service (AFS) to effectively manage fire suppression efforts during the fire season, which runs from May 20 to August 2 each year. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement lasting five years, with the solicitation expected to be issued around September 23, 2024. Interested contractors should contact Heather Sizick at heathersizick@ibc.doi.gov for further information.
    V--FW FIRE EU Utility (Fort Wainwright)
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is preparing to solicit dedicated fixed-wing aircraft services at Fort Wainwright, Alaska, to support wildfire management and resource activities. The procurement requires two turbine aircraft that meet specific operational specifications, including minimum cargo capacity and passenger seating, with the intention of awarding one or two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for a five-year period starting around April 2025. This exclusive use of the aircraft is anticipated to occur from May to August each year, and the acquisition is designated as a 100% small business set-aside under NAICS code 481211. Interested bidders must be registered in the System for Award Management (SAM) and can submit written questions via email to Maya Maxies-Clemons at mayamaxies-clemons@ibc.doi.gov. The current contract for these services, held by Bridger Aerospace Group, LLC, is set to expire in September 2024, and the estimated total value of the incoming contract has not been specified.
    The National Park Service (NPS) will release a prospectus on September 3, 2024, soliciting proposals to award a ten (10) year concession contract to provide guide tours of historic buildings within the Kennecott Mines National Historic Landmark.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is set to release a prospectus on September 3, 2024, inviting proposals for a ten-year concession contract to provide guided tours of historic buildings at the Kennecott Mines National Historic Landmark in Alaska. The selected contractor will be responsible for delivering engaging and informative tours that highlight the historical significance of the site, which is a key attraction within the national park system. A site visit is scheduled for September 13, 2024, at 10:00 AM, allowing interested parties to familiarize themselves with the location and requirements; registration details can be found in the prospectus available on the NPS Commercial Services website. For further inquiries, potential bidders can contact Mark Keogh at markkeogh@nps.gov or David Lucas at davidlucas@nps.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.
    S--AK-SELAWIK NWR-SNOW REMOVAL SERVICE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking quotations for snow removal services at the Selawik National Wildlife Refuge in Kotzebue, Alaska. The contract will cover a base year with the option for four additional years, focusing on ensuring safe access to facilities by timely snow clearing during designated snowfall periods from October 2024 to May 2025. This service is crucial for maintaining operational continuity and safety at government facilities, emphasizing the use of eco-friendly de-icing materials and adherence to federal labor standards. Interested vendors must submit their quotes by September 19, 2024, and ensure they are registered in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    212 RQS - Advanced Rescue Crafts (ARCs)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking proposals from small businesses for the procurement of Advanced Rescue Crafts (ARCs), including Yamaha Waverunner FX Cruiser SVHO and a Triton Elite Series trailer, to support pararescue operations in Alaska. The solicitation emphasizes the need for watercraft with advanced stability features, adequate seating capacity, and enhanced visibility colors, which are critical for effective operations in harsh environments. This procurement is part of a sole-source acquisition strategy due to the unique characteristics of the Yamaha products currently in use, ensuring interoperability and operational efficiency. Proposals must be submitted by 10:00 a.m. Alaska Time on September 19, 2024, and interested parties can direct inquiries to Zach Gowin at zachary.gowin.2@us.af.mil or call 907-551-0246.
    SITK-FY24 WEAPONS PURCHASE
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking proposals for the procurement of firearms, specifically one Colt M4 Carbine rifle and two Remington 870 Shotguns, to support operations at the Sitka National Historic Park. This firm-fixed-price contract is exclusively set aside for small businesses, adhering to a size standard of 1,000 employees under NAICS code 332994. The acquisition is crucial for enhancing safety and operational effectiveness within the park, reflecting the NPS's commitment to small business participation in federal contracting. Interested offerors must submit their proposals by September 19, 2024, at 5:00 PM Alaska time, with delivery required by October 22, 2024; for further inquiries, contact Francisco Velasco at franciscovelasco@nps.gov or call 907-644-3313.
    Amendment 1 - A Concession Business Opportunity to provide Lodging within the Climbers’ Ranch area of Grand Teton National Park
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a Concession Contract to provide lodging within the Climbers’ Ranch area of Grand Teton National Park, with an expected effective date of January 1, 2025. This opportunity aims to enhance visitor services in the park by offering quality lodging options, thereby supporting the recreational and tourism objectives of the NPS. Interested parties are encouraged to participate in a site visit and must submit their Notice of Intent to Propose by September 17, 2024, with proposals due electronically by October 15, 2024. For further inquiries, contact Jennifer Parker at jenniferparker@nps.gov.