Y--GAOA - Orovada Fire Engine Cover & Crew Quarters, NV
ID: 140L0625R0006Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTNATIONAL OPERATIONS CENTERDENVER, CO, 80225, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Bureau of Land Management (BLM) under the Department of the Interior is soliciting proposals for the construction of the Orovada Fire Engine Cover and Crew Quarters in Nevada. This project aims to design and build a facility that includes a crew quarters building and an engine bay, with a focus on enhancing the living conditions for fire crew members while ensuring compliance with federal and state regulations. The total project budget is estimated between $5 million and $10 million, and it is set aside for small businesses, emphasizing the importance of sustainable practices and safety standards throughout the construction process. Interested contractors must submit their qualifications by May 9, 2025, and can direct inquiries to Jonathan Peterson at jrpeterson@blm.gov or by phone at 314-708-0329.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for the Design Build Services of the Orovada Wildland Fire Complex Fire Station Building (FSB), intended for the Bureau of Land Management (BLM). It establishes core performance requirements for constructing a 5,000 SF single-story, 4-bay facility designed for the safety and mental well-being of fire crew members, incorporating environmental considerations and adherence to applicable codes and regulations. Key sections detail specific performance requirements related to structure, interiors, services, HVAC, fire protection, electrical systems, and furnishings. The design emphasizes the need for environmentally friendly materials and efficient operations destined for high-stress environments. Moreover, adjustments to plans must be approved by the government’s representative. This document serves as a guideline for contractors responding to the RFP, ensuring all aspects of building performance, sustainability, and safety are met, critical for effective fire service operations.
    The document outlines two key projects requiring proposals for construction and environmental improvement: the Orovada General Improvement District focuses on water construction, while the Nevada Division of Environmental Protection addresses offsite sewer construction. Both projects are essential for enhancing local infrastructure, aiming to improve water management and waste disposal systems. The emphasis on these areas reflects broader government efforts to promote public health and environmental sustainability. These RFPs invite qualified contractors to submit proposals, indicating a collaborative approach to addressing critical community needs through local and federal funding initiatives.
    The document is a Past Performance Questionnaire related to the Sagebrush Discovery Trail project (Contract Number: 140L0624R0033). It collects assessment data about a contractor's performance on a federal contract, capturing critical details such as contractor information, contract specifics, project scope, and a reference section for evaluation. The questionnaire includes evaluation criteria rated on five scales: Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory, focusing on areas such as quality of work, schedule management, pricing and payments, management efficiency, and regulatory compliance. Each evaluation area prompts comments to justify the ratings given, assuring a detailed overview of contract adherence and performance metrics. The document culminates in an overall recommendation regarding the contractor's eligibility for future contracts, with a deadline for submission to the Bureau of Land Management. This structured feedback mechanism aims to enhance accountability and improve contractor selection for similar projects, underscoring the importance of past performance in federal contracting processes.
    The document outlines the solicitation process for construction, alteration, or repair projects under federal procurement regulations. It emphasizes the need for potential contractors to complete a solicitation form, denoting their offer and adherence to project requirements, including timelines for performance and the necessity of performance and payment bonds. Key elements include various bid requirements, amendments acknowledgment, and conditions for sealed bids, which ensures transparency during the offer collection process. Specific deadlines for submitting bids and the acceptance period for offers are mandated to maintain a clear timeframe for government decision-making. The information presented serves as a comprehensive guide for bidders, detailing the processes governing contractor qualifications, pricing submissions, and formal award procedures, ultimately ensuring that all parties understand their obligations throughout the contracting process. The significance of these protocols reiterates the government's commitment to fair competition and efficient project delivery.
    The document outlines the plans for constructing the Orovada Wildland Fire Station and Crew Quarters under the Department of the Interior, Bureau of Land Management. The project involves a 5-acre site on a 40-acre undeveloped parcel near Orovada, Nevada, incorporating a fire station equipped with an engine bay and administrative areas. The oversight includes adherence to various codes, such as the International Building Code and International Fire Code, ensuring structural and safety compliance. Key features of the project include the fire station's gross floor area of 8,608 square feet, with a mixed occupancy classification of business and storage, designed according to fire and safety regulations. The construction utilizes slab-on-grade foundation, metal panel siding for the engine bays, and wood frame for administrative areas. Additionally, the plans include infrastructure upgrades like gravel drive areas and fencing. A detailed analysis of plumbing, fire protection, and life safety indicates compliance with required standards and occupancy load calculations. The document emphasizes the incorporation of sustainable practices and accessibility measures, aligning with federal mandates, highlighting the government's commitment to improving emergency services infrastructure while maintaining safety and regulatory adherence.
    The document is a Past Performance Questionnaire for a federal project titled "Orovada Fire Engine Cover & Crew Quarters" (RFP 140L0625R0006) overseen by the Bureau of Land Management. It aims to evaluate a contractor’s past performance on similar contracts. Key sections include contractor and project information, evaluation criteria across various categories—Quality, Schedule & Time Management, Pricing and Payments, Management, and Regulatory Compliance—alongside a rating system from Exceptional to Unsatisfactory. Each category includes specific assessment questions and invites comments for clarification of ratings. The questionnaire encourages a comprehensive review of the contractor's capabilities and challenges faced, alongside their responsiveness and cost management. The evaluation aims to inform future contract awards and ensure a qualified and reliable contractor is selected, highlighting the importance of performance metrics in federal contracting processes. A return deadline for completed questionnaires is set for May 9, 2025. This structured evaluation process emphasizes accountability and quality assurance in government projects, ensuring alignment with contracting requirements.
    The U.S. Department of the Interior's Bureau of Land Management seeks proposals for the GAOA Orovada Fire Engine Cover and Crew Quarters project in Nevada. The document provides responses to contractor inquiries regarding project specifications. Key points include clarification that CPARS evaluations can be used for past performance requirements, and no haul away of onsite excavation is necessary—drainage management and material placement must adhere to environmental guidelines. The five-acre project site, located within a larger 40-acre parcel, features underground electrical service. The HVAC system should meet sustainability standards without a specific preference for VRF technology. The document indicates no endangered species on-site; however, precautions for migratory birds during nesting seasons are mandated. No LEED certification is required for the project. Deadlines for past performance questionnaires and Phase One bids are set for May 9, 2025. Overall, the document establishes clear project guidelines and necessary compliance measures to ensure successful proposal submission and project execution.
    The document outlines the Statement of Work for the construction of a Crew Quarters Building (CQB) at the Orovada Wildland Fire Complex, developed by the Bureau of Land Management (BLM). The CQB aims to support the well-being of fire crew members through its design, which includes 10 rooms across 3,465 square feet, ensuring a separation between living and working areas to enhance mental health. The contractor may choose between a Factory-Built Building (FBB) or a stick-built structure, with adherence to BLM building codes and local regulations being essential. Key performance requirements cover various aspects including substructure, shell, interiors, plumbing, HVAC, fire protection, electrical systems, and communication security. Emphasis is placed on environmentally friendly materials, sustainable designs, and energy-efficient appliances. The CQB's features include dedicated kitchen, living, and utility spaces, all tailored to improve functionality and comfort for crew members. The document serves as a critical guideline for potential contractors, ensuring compliance with federal and state standards while promoting a healthy living environment for emergency responders.
    The Orovada Wildland Fire Complex project, managed by the Bureau of Land Management (BLM), involves the design and construction of a new fire station complex to support firefighting operations in northern Nevada. The project will establish a facility across a 5-acre site on Kunkle Lane, comprising crew quarters and engine bay buildings, equipped to handle emergency wildfire responses. The Design Build Contractor (DBC) is tasked with ensuring compliance with local and federal regulations regarding code, sustainability, and safety throughout the project. Key requirements include designing site utility connections, stormwater management, lighting, and landscaping, while also meeting building performance specifications for the crew quarters and fire station. The contractor must coordinate with various stakeholders, ensure quality control, and follow a robust communication strategy through Requests for Information (RFIs) and submittals. Construction will adhere to safety protocols under OSHA and fully integrate environmental considerations, such as preventing hazardous materials and erosion control. The overarching goal is to provide an efficient operational facility that prioritizes functionality, sustainability, and safety for firefighting crews, enabling rapid response to potential wildfires on federal lands. This comprehensive approach aligns with government standards for federal infrastructure projects, essential for effective firefighting services in the region.
    The document outlines the Statement of Work (SOW) for the design-build services of the Orovada Wildland Fire Complex, managed by the Bureau of Land Management (BLM) in Nevada. The aim is to construct a new fire station complex that includes crew quarters, an engine bay, and associated site improvements. Key components include ensuring compliance with federal, state, and local regulations regarding building codes, sustainability, and utility services. The design must prioritize the facility's function in wildfire response while integrating eco-friendly elements. The structure emphasizes collaboration between the Design-Build Contractor (DBC) and BLM, covering general tasks, specific performance requirements including site design, and building specifications. Mandatory site features like emergency access, security systems, and water and power utilities are highlighted. Furthermore, safety protocols and effective construction administration are mandated throughout the project lifecycle. This comprehensive document serves as a vital guideline for contractors, ensuring alignment with BLM's operational needs and environmental responsibilities while fostering prompt and efficient wildfire response capabilities.
    The document appears to consist largely of placeholders or non-substantive elements, with mentions of various acronyms such as WTR (Water) and OHP (Office of Health Programs), alongside the repeated term "COM" likely indicating items related to communications. Due to the lack of substantive content, the primary objective and context of the document remain unclear. It seems intended for internal reference or logistical support rather than presenting specific details about federal RFPs, grants, or state/local proposals. As a result, it lacks coherent informational flow and critical details necessary for analytical purposes. Therefore, the document does not convey significant insights related to government funding opportunities or requests for proposals, rendering it a highly abstract and administrative piece lacking actionable information.
    The Orovada Wildland Fire Complex project in Winnemucca District, Nevada, outlines specifications for construction submittals, HVAC systems, electrical systems, and equipment installations. It emphasizes the Design Build Contractor's (DBC) responsibilities throughout the project's lifecycle, detailing submission requirements for product data, shop drawings, and samples necessary for compliance with Bureau of Land Management (BLM) approval. The HVAC section mandates adherence to various codes, ensuring efficient heating, ventilation, and air conditioning systems, including specifics for zoning, ventilation types, and equipment standards. Electro-mechanical standards are defined under the electrical section, requiring compliance with current National Fire Protection Association codes and specifications for safety and operational efficiency. Additionally, in line with the requirements, the specification includes detailed guidance on equipment types, quality assurance, and operational testing to ensure performance. The overarching purpose is to establish structured procedures for the construction and operational readiness of the fire complex, ensuring safety, regulatory compliance, and environmental considerations throughout construction. This document effectively serves as a comprehensive guide for contractors involved in delivering a critical infrastructure project aimed at enhancing fire management capabilities in the area.
    The document outlines the building requirements for the Orovada Wildland Fire Complex, specifically detailing the design specifications for various rooms within the fire station. Each room's dimensions, flooring, wall treatments, and essential fixtures are specified. For example, the Engine Bay (3925 sq. ft.) features sealed concrete flooring, insulated overhead doors, and wall-mounted fire gear lockers. The facility also includes a corridor, shop, laundry, mechanical/electrical room, toilet, and tools storage, with areas varying from 76 sq. ft. to 874 sq. ft. The project emphasizes compliance with safety and accessibility standards, such as ABA/ADA requirements for the toilet facility. The total gross building area, including a mezzanine, is accounted for at 5876 sq. ft. This comprehensive design aims to create a functional and safe environment for firefighting operations, aligning with government standards and enhancing fire response capabilities in the community.
    The document outlines a prototypical design plan for a Crew Quarters Building developed by the U.S. Department of the Interior, specifically the Bureau of Land Management. This factory-built prototype accommodates up to ten fire response crew members, encompassing a total area of 3,465 square feet. The structure includes dedicated living, dining, and sleeping areas, as well as several essential facilities such as a kitchen, laundry room, and multiple bathrooms. The plan features detailed floor layouts, elevations, and room specifications, ensuring accessibility and functionality. Key areas consist of private bedrooms, shared living spaces, and utility rooms, along with provisions for kitchen appliances and communal dining. This document serves as a guideline for potential government RFPs and federal grants related to fire response team housing, highlighting the commitment to providing adequate, safe, and efficient living quarters for emergency personnel. The plans demonstrate attention to design and layout, focusing on creating an adaptable and comfortable environment for crew members stationed in various locations.
    The Geotechnical Engineering Report for the Orovada Fire Station project in Nevada outlines crucial subsurface conditions and recommendations for the development of the facility. Prepared by Terracon Consultants, this report presents findings from test pits, revealing that the site primarily consists of topsoil, loose to medium dense silty sands, and poorly graded gravels. The report emphasizes the need for over-excavation and recompaction of surface soils to mitigate risks of collapse settlement and recommends foundation designs using traditional spread footings on compacted engineered fill. Seismic considerations indicate a moderate risk of ground shaking, while the potential for liquefaction is deemed low. The report includes specific earthwork, foundation, and pavement design guidelines, including construction observations and requirements for drainage, compaction, and frost considerations. It stresses the importance of thorough site preparation and ongoing observation during construction phases to address any unexpected conditions. Overall, the report serves as a comprehensive guide to geotechnical factors critical for safely executing the Orovada Fire Station project, ensuring compliance with engineering standards and local regulations.
    The document outlines the sustainability implementation strategy for the Orovada Wildland Fire Complex, detailing compliance with federal statutory requirements pertaining to high-performance sustainable buildings. Federal facilities must adhere to the Guiding Principles for Sustainable Federal Buildings, especially for projects exceeding $3.8 million. The Design/Construction team is tasked with coordinating compliance with the Bureau of Land Management (BLM), ensuring that criteria under New Construction and Modernization (NC&M) projects are met. Key areas include integrated design, stormwater management, energy efficiency, indoor and outdoor water use, and materials sourcing. Specific actions include the use of Energy Star products, mandated water metering, and the implementation of indoor air quality controls during construction. The document also emphasizes occupant health and wellness through provision of recreational amenities and emphasizes recycling and waste management. All stakeholders are required to document compliance and report strategies employed throughout the project's lifecycle. This comprehensive approach illustrates a commitment to sustainability and regulatory compliance, reflecting the government's emphasis on creating resilient federal buildings while managing environmental impact responsibly.
    The Bureau of Land Management (BLM) is announcing a pre-solicitation notice for a project aimed at constructing a new Fire Station Complex in Orovada, Nevada. The solicitation number is 140L0625R0006, with a projected construction cost ranging from $5 million to $10 million and an estimated completion period of 1,095 days post-award. The project will provide a fire station and crew quarters for the Winnemucca District and requires small business participation due to its total set-aside designation. Interested contractors must meet specific registration requirements, including obtaining a Unique Entity ID and maintaining an active profile in the System for Award Management (SAM). A request for proposals (RFP) is expected to be issued in late April 2025, followed by a site visit approximately one to two weeks later. The BLM emphasizes that this project is essential for enhancing fire service capabilities in northwestern Nevada, reflecting the government's effort to bolster infrastructure support for local emergency response needs.
    This document is an amendment to solicitation number 140L0625R0006 concerning the GAOA Orovada Fire Engine Cover and Crew Quarters project in Nevada. The purpose of Amendment 0001 is to update specific contract attachments: it removes the original Statement of Work and replaces it with a revised version, as well as appends two new sets of reference plans for the fire station design. The amendment also outlines the procedure for acknowledging receipt and making changes to existing offers, emphasizing the importance of timely acknowledgment to avoid rejection. The Point of Contact for further details on this amendment is Jonathan Peterson from the Bureau of Land Management. Overall, the amendment modifies critical aspects of the solicitation to better define the contract requirements and ensure compliance with federal guidelines, reflecting standard practices in government contracting to enhance clarity and ensure accurate execution.
    The document outlines Amendment 0002 to solicitation number 140L0625R0006 regarding the GAOA - Orovada Fire Engine Cover & Crew Quarters project in Nevada. The amendment includes key changes such as the removal of the original Past Performance Questionnaire (Attachment 11) and its replacement with a revised version (Attachment 15), along with the addition of a questions and answers document (Attachment 16) and a sign-in sheet (Attachment 17). Prospective contractors must acknowledge receipt of the amendment and make any offer changes through specified communication methods before the designated deadline. The document also maintains that all other terms and conditions of the original solicitation remain unchanged. The point of contact for further inquiries regarding this amendment is Jonathan Peterson from BLM. This amendment is part of the ongoing procurement process aimed at enhancing fire and safety infrastructure, ensuring compliance with contracting regulations, and facilitating a clear communication process with contractors.
    The document outlines a government Request for Proposal (RFP) for a construction project titled "GAOA – Orovada Fire Engine Cover & Crew Quarters, NV," managed by the Bureau of Land Management. The procurement aims to secure a contractor for design/build construction services, with a project budget estimated between $5 million and $10 million. The solicitation is structured in two phases: Phase One focuses on qualifications without pricing, while Phase Two invites selected firms to submit pricing proposals. Key details include requirements for performance bonds, timeframes for project commencement and completion, and stipulations for managing work hours during regular and emergency conditions. Special considerations include adherence to sustainable practices, limitations on subcontracting, and compliance with federal laws concerning historical preservation and safety. The document also specifies deadlines for site visits, questions, and proposal submissions. To encourage small business participation, the project is a total small business set-aside. It emphasizes the importance of quality control and mandates compliance with various regulation clauses, ensuring a thorough evaluation process for contractor selection. This RFP highlights the government’s commitment to efficient project execution while maintaining environmental and safety standards during construction.
    Lifecycle
    Similar Opportunities
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    ARKANSAS LOOP THINNING AND SEEDING
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking proposals for the FY2026 Arkansas Loop Thinning Project, which involves manual fuels reduction and seeding across approximately 213 acres located northeast of Aztec, New Mexico. The project is structured into five options, with the first option covering 125 acres and the remaining options contingent on funding availability; work will include hand-cutting pinyon and juniper trees, managing slash, and pre-thinning seeding. This initiative is critical for forest management and conservation efforts, ensuring ecological balance while adhering to specific guidelines regarding migratory birds and big game habitats. Interested small businesses must submit their quotes by January 23, 2026, following a site visit scheduled for January 14, 2026, and should contact Audrey Whetham at awhetham@blm.gov for further information.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Smokey Circle quarters 214 Floor and Roof replacement
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting bids for the Smokey Circle Quarters 214 Floor and Roof Replacement project located in Grants, New Mexico. The project requires contractors to remove and replace 1,201 square feet of metal pro panel roofing, including the installation of gutters and downspouts, as well as the removal of existing linoleum flooring and the installation of new vinyl flooring, subflooring, and moisture barriers. This firm-fixed-price contract, estimated between $25,000 and $100,000, is crucial for maintaining the structural integrity and functionality of the manufactured home, and all work must adhere to Davis-Bacon wage requirements and applicable regulations. Proposals are due by December 22, 2025, with the anticipated contract performance period running from January 5, 2026, to July 31, 2026; interested parties should contact Troy A. McCullough at troy.mccullough@usda.gov for further details.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    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.
    Z--WHITE SANDY CAMPGROUND WATER FILTRATION
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting offers for the White Sandy Campground Water Filtration project in Lewis and Clark County, Montana, aimed at improving water quality through the installation of a comprehensive water filtration system. The project involves addressing issues related to iron, total dissolved solids, sulfate, and water hardness, requiring the design and installation of various ion exchange systems, pressure tanks, and necessary modifications to the existing pump room. With an estimated project cost between $25,000 and $100,000, this total small business set-aside opportunity emphasizes compliance with federal acquisition regulations and includes key deadlines such as a site visit on January 7, 2026, and a quote submission deadline of January 19, 2026. Interested contractors should contact Chad Clapp at cclapp@blm.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    F--Synopsis of Contract Award Actions-140L0125R0007
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is announcing a special notice regarding the contract award actions for Wild Horse and Burro On-Range Drive Trapping Services. The procurement involves the issuance of Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with the primary objective of managing wild horse and burro populations across various BLM lands in states including Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Oregon, Utah, and Wyoming. This initiative is crucial for the conservation of natural resources and the effective management of wild equine populations, ensuring ecological balance and compliance with federal regulations. Interested small businesses can reach out to Lisa Turner at lturner@blm.gov or by phone at 405-435-6044 for further details, with the contract award date set for December 15, 2025.
    GAOA – Strawberry – Kamas Bunkhouse Renovations on the Uinta/Wasatch/Cache National Forest
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is seeking qualified small businesses to undertake renovations at the Strawberry-Kamas Bunkhouse on the Uinta/Wasatch/Cache National Forest in Utah. The project involves comprehensive demolition, construction, and remodeling efforts to address housing deterioration at two sites, which include multiple bunkhouses and residences. This procurement is significant for maintaining essential facilities that support visitor services and forest management operations. Interested vendors must be registered in SAM.gov and are encouraged to monitor the site for updates, with a project budget estimated between $500,000 and $1,000,000 and a proposal submission deadline set for January 26, 2026. For further inquiries, contact Kellie Shaw at kellie.shaw@usda.gov or 208-313-3852.
    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.