OC/EU UAS Emergency Fire Flight Services
ID: 140D0426R0008Type: Solicitation
Overview

Buyer

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

NAICS

Surveying and Mapping (except Geophysical) Services (541370)

PSC

PHOTO/MAP/PRINT/PUBLICATION- AERIAL PHOTOGRAPHIC (T009)

Set Aside

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

    The Department of the Interior (DOI) is seeking qualified small businesses to provide Unmanned Aircraft Systems (UAS) emergency fire flight services to support various operations, including wildland fire management and search and rescue missions across the contiguous 48 states. The procurement involves an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year ordering period and a maximum shared ceiling of $7.5 million, requiring contractors to supply a minimum of two fully operated and maintained UAS along with qualified personnel and necessary equipment. This initiative is crucial for enhancing emergency response capabilities and ensuring compliance with FAA and DOI regulations. Interested parties must be registered in the System for Award Management (SAM.gov) and can direct inquiries to Stephanie Boles at stephanie_boles@ibc.doi.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a five-year ordering period for OC UAS Daily Availability and Flight Hours, spanning from June 15, 2026, to June 14, 2031. The services are broken down into annual ordering years, each with a guaranteed 90-day exclusive use period and an estimated 30-day extension option. Additionally, each year includes estimated flight hours over 90 days and an additional 30-day extension. The pricing is to be in whole dollars only, with separate line items for daily availability (AV) and flight hours (FL). This structured approach allows for clear pricing and service delivery over a multi-year contract, indicating a federal government RFP for drone services.
    This document, Wage Determination No.: 1995-0221, Revision No.: 72, issued by the U.S. Department of Labor, establishes prevailing wage rates and fringe benefits for various occupations under the Service Contract Act. Applicable nationwide, including Hawaii, Alaska, American Samoa, and continental U.S. regions, it covers roles in administrative support, automotive service, food preparation, general services, health, materials handling, mechanics, protective services, technical, transportation, water transportation, and non-standard occupations related to fire safety services. It details hourly wage rates by region for each occupation and outlines fringe benefits, including health & welfare, vacation, and holidays. The document also addresses Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage, hazardous pay differentials, uniform allowances, and procedures for conforming unlisted occupations and wage rates using Standard Form 1444.
    This government file, Wage Determination No. 1995-0221, provides a comprehensive list of wage rates and fringe benefits for various occupations under the Service Contract Act. Applicable nationwide, including specific rates for Alaska, Hawaii, American Samoa, and regional divisions within the continental U.S., it covers roles in administrative support, automotive service, food preparation, general services, health, materials handling, mechanics, protective service, technical, transportation, water transportation, and non-standard occupations. The document also outlines Executive Orders 13706 and 13658 regarding paid sick leave and minimum wage, respectively. Fringe benefits include health and welfare, vacation, and paid holidays. It details hazardous pay differentials for working with ordnance and explosive materials, uniform allowances, and procedures for conforming unlisted occupations and wage rates via Standard Form 1444.
    This Wage Determination (No. 1995-0222, Revision 70, dated 07/08/2025) outlines minimum wage rates and fringe benefits for service contracts under the Service Contract Act. It specifies that contracts awarded on or after January 30, 2022, or renewed/extended after this date, are subject to Executive Order 14026, requiring a minimum wage of $17.75 per hour. Contracts awarded between January 1, 2015, and January 29, 2022, not subsequently renewed or extended, fall under Executive Order 13658, with a minimum wage of $13.30 per hour. Both Executive Order minimum wage rates are subject to annual adjustments. The document also details occupational wage rates for Airplane Pilot ($39.08), First Officer (Co-Pilot) ($35.58), and Aerial Photographer ($19.52), excluding scheduled airline transportation. Fringe benefits include health & welfare, paid sick leave (per EO 13706), vacation, and holidays, with specific rates and conditions, including variations for Hawaii. Provisions for hazardous pay differentials (8% and 4%), uniform allowances, and procedures for conforming unlisted occupations via Standard Form 1444 are also included, emphasizing the use of the “Service Contract Act Directory of Occupations” for classification guidance.
    This document, Wage Determination No.: 1995-0222 Revision No.: 70, issued by the U.S. Department of Labor, outlines wage rates and fringe benefits for service contracts under the Service Contract Act. It specifies minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on the contract award/renewal date. The determination covers occupations like Airplane Pilot, First Officer (Co-Pilot), and Aerial Photographer, detailing their respective hourly rates. Fringe benefits include health & welfare (with specific rates for Hawaii and EO 13706 covered contracts), vacation (accruing with years of service), and eleven paid holidays. It also addresses paid sick leave under Executive Order 13706, hazardous pay differentials (8% or 4% for varying degrees of hazard), and uniform allowances. The document provides a conformance process for unlisted occupations, requiring contractors to propose classifications and wage rates for approval by the Wage and Hour Division.
    The document is a Request for Quote (RFQ) for Women-Owned Small Businesses (WOSB) to provide Unmanned Aircraft Systems (UAS) emergency fire flight services to support wildland fire operations, search and rescue, emergency management, and other resource missions across the contiguous 48 States. The contract is an Indefinite Delivery, Indefinite Quantity (IDIQ) with a five-year ordering period and a maximum shared ceiling of $7,500,000.00. Contractors must provide a minimum of two fully operated and maintained UAS, personnel, and associated equipment. Key requirements include specific aircraft and sensor capabilities (e.g., dual EO/IR sensors, 8 hours continuous flight, day/night operations), adherence to FAA and DOI regulations, and personnel qualifications. The RFQ details pricing schedules for On Call (OC) and Exclusive Use (EU) UAS daily availability and additional pay items. It also outlines comprehensive technical specifications, contract terms and conditions, instructions to quoters, and security requirements for information systems, aircraft, and personnel.
    Similar Opportunities
    15--Freefly Unmanned Aircraft Systems (UAS)
    Interior, Department Of The
    The Department of the Interior (DOI) intends to negotiate a sole source blanket purchase agreement with Freefly Systems Inc. for the procurement of Freefly Alta X and Astro Max Unmanned Aircraft Systems (UAS), along with associated payloads and accessories necessary for DOI operations. The UAS being sought must meet the Office of Aviation standards, with a maximum takeoff weight under 55 lbs and the capability to support multiple payloads, including the IGNIS 2, ensuring compliance with federal regulations regarding unmanned aircraft systems. Interested firms that believe they can meet these requirements are encouraged to submit information to the Contracting Officer, Stephanie Boles, at stephanieboles@ibc.doi.gov, by the response date of this notice, as no competitive quotes will be solicited and no solicitation documents are available.
    V--BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support the Bureau of Indian Affairs (BIA) in Window Rock and Whiteriver, Arizona. The procurement involves providing contractor-furnished helicopters, personnel, and equipment for various missions, including fire suppression and law enforcement, with a contract period from March 1, 2026, to February 28, 2031. These services are critical for the BIA's operational needs, ensuring effective response capabilities in the region. Interested small businesses must submit their proposals by January 9, 2026, at 1300 PST, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    UAS Drone Blue Cleared or Select lists compliant BPA
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for Small Unmanned Aircraft Systems (sUAS) and associated repair parts. Interested vendors must be authorized distributors of drones listed on the Blue UAS Cleared or Select lists, which are compliant with current laws and validated as cyber-secure for Department of Defense operations. This procurement is crucial for meeting the evolving mission needs of DoD users and is set aside exclusively for small businesses, with no current funding available for proposal preparation. Interested parties should submit their responses electronically, including required documentation, to the designated contacts by referencing “FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)” in the subject line.
    J--Helicopter maintenance services
    Interior, Department Of The
    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.
    Level III Small Unmanned Aircraft Systems
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is conducting market research through a Request for Information (RFI) for Level III Small Unmanned Aircraft Systems (sUAS) to enhance the U.S. Border Patrol's (USBP) operational capabilities. The RFI seeks to identify vendors capable of providing sUAS that meet specific technical requirements, including FAA compliance, autonomy, AI integration, and interoperability with existing systems, while focusing on Group 1 and/or 2 weight classes (≤ 20 – 55 lbs.). This initiative is crucial for improving tactical field operations and ensuring effective border security measures. Interested vendors must submit their responses, including a white paper detailing their capabilities, by December 12, 2025, and can direct inquiries to USBP PMOD SUAS at USBPPMODSUAS@cbp.dhs.gov or Nicole Hubby at nicole.hubby@cbp.dhs.gov.
    USDA Forest Service Wildfire & All-Hazard Incident Sources Sought
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small business contractors to provide various services related to wildfire and all-hazard incident management. The procurement aims to identify firms capable of fulfilling needs such as food services, medical services, heavy equipment rentals, and sanitation, among others, to support the agency's mission of protecting communities and natural resources during incidents. These services are critical for managing both natural and manmade events that threaten public safety and environmental health. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov for further information and are encouraged to register in the System for Award Management (SAM) to be eligible for future opportunities.
    HI KENAI NWR AIRCRAFT CAMERA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking qualified vendors to provide an FAA-approved airborne imaging system for the Kenai National Wildlife Refuge. The procurement includes a strut-mounted aircraft attachment, a carbon-fiber camera pod, compatible RGB and NIR 100 MP metric cameras, and necessary accessories, all of which must meet detailed technical specifications regarding payload capacity, vibration isolation, and sensor resolution. This imaging system is crucial for wildlife monitoring and management efforts within the refuge. Interested vendors should submit their quotations by February 11, 2026, and can contact John Skogen at JackSkogen@fws.gov or 612-713-5210 for further information.
    IA - Neal Smith NWR - 4 UTVs with 2 Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of four 2026 6x6 Utility Terrain Vehicles (UTVs), with the option to trade in two existing Kubota units. The UTVs are required to meet specific technical specifications, including a minimum 976cc V-twin engine, selectable 4WD/6WD, and a towing capacity of 3,000 lbs, to support operations such as fire suppression and maintenance of sensitive landscapes. Interested vendors must submit their quotes, including all associated costs, by January 19, 2025, at 2:00 PM Eastern Time, via email to Dana Arnold at danaarnold@fws.gov, with evaluation criteria focusing on technical specifications, lead time, and price.
    Small Unmanned Aircraft Systems (sUAS) for the United States Marine Corps
    Dept Of Defense
    The Department of Defense, specifically the United States Marine Corps, is seeking information from vendors regarding Small Unmanned Aircraft Systems (sUAS) that are commercially available and compliant with recent legislative requirements. The primary objective is to assess potential suppliers capable of providing low-cost, high-volume sUAS solutions, particularly those with First Person View (FPV) capabilities, to support reconnaissance, surveillance, and target acquisition missions. This procurement is critical for enhancing operational capabilities, with an emphasis on rapid production scalability, as the Marine Corps aims to acquire up to 5,000 units within six months and 10,000 units within twelve months, with initial deliveries expected by April 2026. Interested parties must submit their responses, including detailed technical specifications and cost breakdowns, to the designated contacts, Hannah Cha and Kristen Ferro, via email by the specified deadline.
    28--Department of the Interior (DOI) Office of Aviatio
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking quotations for the procurement of a Lycoming IO-360-A1B6 engine, either factory rebuilt or new, specifically for use on Partnavia P-68 aircraft. This acquisition is a total small business set-aside under NAICS Code 336412, emphasizing the necessity for a brand-name engine due to FAA compliance and safety considerations. The procurement is critical for the Office of Aviation Services, ensuring operational readiness and adherence to airworthiness standards. Interested vendors must submit their offers by January 12, 2026, with a delivery deadline set for August 15, 2028, and can direct inquiries to Rachael Davis at rldavis@ibc.doi.gov or by phone at 208-433-5038.