F--Single Engine Scooper (SES) Flight Services
ID: 140D0425R0079Type: Solicitation
Overview

Buyer

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

NAICS

Support Activities for Forestry (115310)

PSC

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

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for Single Engine Scooper (SES) Flight Services to provide on-call fire suppression support across the Lower 48 States and Alaska. The procurement aims to establish an indefinite-delivery indefinite-quantity (IDIQ) contract for wildland fire suppression services, requiring contractors to meet stringent aircraft specifications, crew qualifications, and operational guidelines to ensure effective and safe firefighting operations. This contract is critical for enhancing the government's wildfire management capabilities, with a total ceiling value of $237.5 million and a performance period from May 1, 2026, to April 30, 2031. Interested parties should direct inquiries to Angelina Clements at angelina_clements@ibc.doi.gov or call 571-479-0325, with proposals due by December 4, 2025, at 2:00 PM Eastern Standard Time.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the rate schedule for a contract spanning five years, from May 1, 2026, to April 30, 2031. It details specific pay items related to daily aircraft availability, and both wet and dry flight hours. Each year includes a structured approach for compensation within these categories, using common codes: AV for daily availability, FT for wet flight hours, and FD for dry flight hours. Additionally, it notes that additional pay items, estimated to be around 10% of the daily availability and wet flight hour rates, are present but do not require pricing from offerors. The focus on estimated figures suggests the government's intent to standardize costs for budgeting and procurement purposes. The document serves as a formal guideline for contractors involved in aircraft operations, ensuring clarity in financial expectations throughout the contract period.
    The government document outlines a Request for Proposals (RFP) for amphibious single-engine scooping fire suppression services by the Department of the Interior's Bureau of Land Management (BLM). The contract aims to provide on-call services for wildland fire suppression across the lower 48 states and Alaska, with a performance period spanning five years from May 2026 to April 2031. It specifies the need for aircraft meeting rigorous safety and operational standards, including a primary and relief flight crew, along with necessary support vehicles like Fuel Service Vehicles (FSVs). Key components of the contract include various technical specifications for aircraft, pilot and crew qualifications, maintenance requirements, and avionics systems. Contractors must also ensure compliance with federal aviation regulations and maintain an effective working relationship with the government. The document emphasizes the importance of operational readiness and safety protocols, detailing specific requirements for equipment and training. Overall, this RFP is a critical component of the national response framework for wildland firefighting, ensuring qualified contractors provide the necessary resources and personnel for effective fire suppression operations.
    The document outlines a federal solicitation amendment for fire suppression services requiring amphibious single-engine water-scooping aircraft. The contract supports the Bureau of Land Management (BLM) and related state agencies across the contiguous U.S. and Alaska on an On-Call basis. The aim is to establish an indefinite-delivery indefinite-quantity (IDIQ) contract for wildland fire suppression services, which includes aircraft, personnel, and equipment for rapid deployment. The document specifies detailed requirements regarding aircraft specifications, flight crew qualifications, and maintenance protocols to ensure safety and operational efficiency. The contract execution period spans five years, beginning in May 2026, with stipulations for multiple task order competitions among IDIQ holders. Key provisions emphasize compliance with FAA regulations and the incorporation of safety measures and equipment, ensuring contractors maintain effective operations during fire suppression missions. The document's structure includes sections on requirements, pricing, technical specifications, and contract terms, reflecting the intricate regulatory and logistical frameworks essential for supporting federal firefighting efforts.
    This document is an amendment to a federal solicitation (Amendment No. 0003, Solicitation No. 140D0425R0079) issued by the Interior Business Center, Acquisition Services Directorate. The primary purpose of this amendment is to extend the due date for the receipt of proposals to August 30, 2025. This extension is granted to allow the government additional time to respond to questions received from interested industries. The amendment also outlines the methods by which offerors must acknowledge receipt, including completing and returning copies of the amendment, acknowledging it on submitted offers, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge the amendment by the specified hour and date may result in the rejection of an offer. All other terms and conditions of the original solicitation remain unchanged and in full force and effect.
    This government solicitation amendment, 140D0425R0079/0004, extends the proposal due date to September 30, 2025, at 2:00 PM Eastern Daylight Time. Issued by the Interior Business Center, Acquisition Services Directorate in Herndon, VA, the amendment modifies the original solicitation. It emphasizes that offerors must acknowledge receipt of this amendment by completing and returning copies, acknowledging on submitted offers, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt before the specified deadline may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged and in full force and effect.
    Solicitation Amendment 0005 to RFP 140D0425R0079 extends the proposal due date to October 31, 2025, at 2:00 PM Eastern Daylight Time. This amendment pertains to Single Engine Scooper (SES) Flight Services for Natural Resources/Conservation-Forest-Range Fire Suppression/Presuppression. The period of performance is from May 1, 2026, to April 30, 2031, with a total ceiling value of $237,500,000.00. Offerors must acknowledge receipt of this amendment by completing and returning copies, acknowledging on the offer submitted, or via separate communication. Failure to acknowledge may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
    Solicitation Amendment 0006 for solicitation number 140D0425R0079 extends the due date for proposals to November 14, 2025, at 2:00 PM Eastern Daylight Time. This amendment, issued by the Interior Business Center, Acquisition Services Directorate, modifies the original solicitation by updating the deadline for offer submissions. Prospective offerors must acknowledge receipt of this amendment through specified methods, such as completing and returning copies of the amendment, acknowledging receipt on their offer, or sending a separate communication. Failure to acknowledge the amendment by the revised deadline may lead to the rejection of the offer. All other terms and conditions of the solicitation remain unchanged and in full force and effect.
    This government solicitation amendment, 140D0425R0079, for "OC Single Engine Scooper Aircraft," details requirements for on-call amphibious single-engine scooping fire suppression services across the lower 48 states and Alaska for the Department of the Interior, Bureau of Land Management. The amendment addresses industry questions and extends the proposal due date to November 20, 2025. Key requirements include aircraft specifications (e.g., minimum 1600 SHP, 799-gallon tank capacity, IAB-approved gate system), primary and relief flight crews, and a Fuel Service Vehicle (FSV) with driver for Lower 48 operations. Contractors must adhere to certifications like 14 CFR Part 137 and Part 21, possess operations and training manuals, and maintain equipment condition. Avionics requirements include two VHF-AM and two P25-compliant VHF-FM transceivers, an Automated Flight Following (AFF) system, GPS, and an ADS-B OUT/IN system. The contract spans a five-year ordering period (May 1, 2026 – April 30, 2031) with a shared maximum IDIQ quantity of $237.5 million.
    This government solicitation amendment, 140D0425R0079, from the Department of the Interior (DOI), Bureau of Land Management (BLM), outlines requirements for on-call single-engine scooping fire suppression services across the Lower 48 States and Alaska. The amendment extends the proposal due date to December 4, 2025, at 2:00 PM Eastern Standard Time and provides responses to industry questions. The contract, with a five-year ordering period from May 1, 2026, to April 30, 2031, specifies aircraft, personnel, and equipment requirements for wildland fire suppression. Key provisions include minimum aircraft specifications (e.g., 1600 SHP, 799-gallon tank capacity, IAB-approved gate), pilot and mechanic qualifications, and detailed avionics and safety mandates. Contractors must provide a Fuel Servicing Vehicle (FSV) for operations in the Lower 48 and adhere to strict maintenance, certification (14 CFR Part 137), and operational guidelines. The contract has a minimum guarantee of $500.00 and a shared maximum IDIQ quantity of $237.5M.
    The document consists of a federal RFP for Single Engine Scooper (SES) Flight Services, primarily aimed at providing fire suppression support for the Bureau of Land Management (BLM) and other federal or state agencies. The proposal outlines requirements for aircraft equipped for wildfire suppression, specifying the need for both primary and relief flight crews and operational vehicles. Services will be provided on an On-Call basis over a five-year contract period from May 2026 to April 2031, with a total ceiling value of $237.5 million. Key highlights include minimum aircraft specifications—such as capacity to scoop 800 gallons of water—crew qualifications, and essential safety protocols. The document delineates contractor responsibilities regarding the maintenance of aircraft and operations, management of fuel service vehicles, and compliance with federal aviation regulations. Proposals may vary based on different aircraft types, with detailed pricing structures outlined for operational availability and flight hours. A comprehensive training program for all personnel is mandated to ensure operational readiness and safety. This RFP reflects the government's emphasis on preparedness and rapid response capabilities for wildfire management, seeking qualified contractors to effectively meet these critical needs during fire seasons.
    Similar Opportunities
    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.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    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 shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.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.
    V--Industry Day - Air Tactical Group Supervision
    Buyer not available
    The Department of the Interior (DOI), through its Acquisition Services Directorate, is hosting an Industry Day to gather information from qualified vendors for the Air Tactical Group Supervisor (ATGS) mission in wildland fire fighting. This event aims to facilitate market research and industry engagement for a new 10-year Multiple Award Contract, which will replace existing single-award contracts, and will cover essential services such as aerial fire reconnaissance and law enforcement surveillance. The Industry Day is scheduled for November 18, 2025, from 8:00 AM to 12:00 PM (MST) at the Best Western Vista Inn at the Airport in Boise, Idaho, with one-on-one meetings available from November 18-20, 2025. Interested parties must RSVP by November 7, 2025, and submit any questions or comments regarding the draft specifications by November 12, 2025, to Angelina Clements at angelinaclements@ibc.doi.gov.
    SEI Industries, Original Equipment Manufacturer (OEM), “Premo Fireballs” - Aerial Ignition Spheres Purchase
    Buyer not available
    The USDA Forest Service, through its National Interagency Fire Center (NIFC), is seeking qualified vendors to supply SEI Industries' "Premo Fireballs," which are aerial ignition spheres used for prescribed burns and wildfire management. The procurement aims to acquire approximately 1,000 cases of these fireballs annually, emphasizing the importance of safety and compliance with National Wildfire Coordinating Group (NWCG) standards. Vendors must be authorized third-party providers of SEI Industries and capable of delivering to multiple Incident Support Caches across the nation. Interested parties are invited to submit a capability statement by December 8, 2025, detailing their qualifications and past performance, with the potential for a future Request for Quote (RFQ) to follow. For further inquiries, vendors can contact Amy Tilley at amy.tilley@usda.gov.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.
    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.
    Pacific Southwest (PSW) STEWARDSHIP BPA (R5 Multiple Forests)
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Pacific Southwest (PSW) Stewardship Blanket Purchase Agreement (BPA) to support various land management activities across multiple National Forests in California. This BPA aims to facilitate hazardous fuels reduction, restoration work, and other stewardship activities, with a focus on improving forest health and ecosystem vitality while addressing local community needs. The BPA will remain open for proposals throughout its 10-year term, with the possibility of extension up to 20 years, and will allow for multiple awards based on technical and pricing evaluations. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals via email to the designated contacts, Matt Daigle and Mark Phillipp, with the solicitation remaining active until December 31, 2032.
    Pacific Northwest (PNW) Stewardship BPA- Region 6 (OR & WA) - OPEN/CONTINUOUS
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is soliciting proposals for the Pacific Northwest (PNW) Stewardship Blanket Purchase Agreement (BPA) covering multiple National Forests in Oregon and Washington. This open and continuous solicitation allows contractors to submit proposals for various land management activities, including hazardous fuels reduction and restoration projects, with a focus on enhancing forest health and mitigating wildfire risks. The BPA aims to facilitate sustainable forestry practices while engaging local contractors, ensuring compliance with environmental regulations and safety standards. Interested contractors must register in the System for Award Management (SAM) and submit their proposals to Ingrid Anderson and Nikki Layton via email by February 29, 2028, to be considered for award evaluations.