Awarded ContractSolicitation

F--BIA Exclusive Use Amphibious Single Engine Scooper

INTERIOR, DEPARTMENT OF THE 140D0425R0098
Total Obligated
$10,000,000
SAM.gov
Current Recipient
Aero Spray Inc Appleton MN USA
Mar 4, 2026
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

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 shay_roadruck@ibc.doi.gov or call 571-513-3226 for further details.

Classification Codes

NAICS Code
115310
Support Activities for Forestry
PSC Code
F003
NATURAL RESOURCES/CONSERVATION- FOREST-RANGE FIRE SUPPRESSION/PRESUPPRESSION

Solicitation Documents

8 Files
A14_MR_Sources_Sought_1.pdf
PDF153 KBJul 30, 2025
AI Summary
The Department of the Interior (DOI) has issued a Sources Sought notice for the procurement of exclusive use single engine amphibious water scooping aviation services. The request aims to identify potential Indian Economic Enterprises (IEEs) and small businesses, including various classifications such as Woman-Owned, Veteran-Owned, and disadvantaged groups, capable of fulfilling governmental requirements for wildland firefighting support. The services will involve fully contractor-operated single engine amphibious aircraft, responsible for maintaining aircraft, personnel, fuel, and equipment essential for water application in fire suppression. Interested organizations must demonstrate aircraft specifications, provide company information, and specify business size. The notice clarifies that responses are informational only and do not constitute a commitment from the government to procure services. Aircraft requirements include standards for airworthiness, fuel capacity, and operating capabilities from designated bases, with additional provisions for operations in Alaska. This procurement is integral to the DOI's firefighting strategy and reflects the government's emphasis on engaging a diverse range of businesses in fulfilling federal needs.
Sol_140D0425R0098_Amd_0001.pdf
PDF86 KBDec 12, 2025
AI Summary
This amendment (140D0425R0098/0001) is for a solicitation for Exclusive Use Amphibious Single Engine Scooper Flight Services in support of the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The purpose of this amendment is to provide answers to prospective offerors' questions and a conformed solicitation with all changes highlighted. The due date for proposal submission has been extended to January 5, 2026, at 1000 PST. Offerors must acknowledge receipt of this amendment by signing and returning one copy with their proposal submission, or by other specified methods, to the Interior Business Center, Acquisition Services Directorate in Herndon, VA.
B09_SA_RFP_140D0425R0098_Amend_01_0001.pdf
PDF1904 KBDec 12, 2025
AI Summary
This amendment to Solicitation 140D0425R0098 for Exclusive Use Amphibious Single Engine Scooper Flight Services for the Bureau of Indian Affairs (BIA) addresses offeror questions and incorporates changes. The due date for proposals has been extended to January 5, 2026, at 1000 PST. Key updates include an increase in estimated flight days and hours, a requirement for FAA approval of the on-board mixing system (B6.7.2.5), and revised language regarding data collection and usage (B7.8). The government will not reduce ASES time to 25 hours (B10.2.7) and has removed the STC training program requirement (B10.4.1). Evaluation sites for training may be determined by the Government on a case-by-case basis (B10.6.4.1). The proposed "good faith" clause for C10.1.4 and changes to Alaska ferry flight payment procedures (Exhibit 1) were rejected. The contract covers a five-year period for one single-engine, amphibious, water scooping aircraft based in Bemidji, MN, with an estimated exclusive use period of 60 days annually. The maximum contract value is $10,000,000. Fuel in the Lower 48 is contractor-provided (wet rate), while in Alaska, it is government-provided.
B01_SPCA_Synopsis_2.pdf
PDF144 KBNov 17, 2025
AI Summary
The Interior Business Center (IBC), on behalf of the Department of the Interior’s (DOI) Bureau of Indian Affairs (BIA), issued a pre-solicitation notice (140D0425R0098) for exclusive use Single Engine Amphibious Water Scooping Aircraft services. These services, supporting fire suppression efforts, require one contractor-operated and maintained aircraft, personnel, and equipment. The aircraft will be based in Bemidji, MN, for an estimated 60-day exclusive use period (April 14 – June 12 each fire season) under the government's control. Key requirements include 14 CFR Part 137 certification, minimum 1600 Shaft Horsepower, 799 US gallon tank capacity, and the ability to dispense both water and fire retardant. The contract spans a five-year ordering period from February 2026 to January 2031, with a possible six-month extension. This full and open competition RFP, under NAICS code 115310 (Forest Fire Suppression), is anticipated to be issued on or after November 19, 2025, with offers due by December 29, 2025.
Sol_140D0425R0098.pdf
PDF97 KBDec 12, 2025
AI Summary
The Department of the Interior (DOI) Acquisition Services Directorate has issued Solicitation Number 140D0425R0098, a Request for Proposal (RFP), for exclusive use amphibious single-engine scooper flight services. These services will support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota, with a performance period from February 1, 2026, to January 31, 2031. The solicitation is administered by the Interior Business Center, AQD, and is open to unrestricted businesses, with specific set-asides not indicated. Offers are due by December 29, 2025, at 10:00 AM PS. This RFP outlines the requirements for contractors to provide flight services, emphasizing adherence to federal acquisition regulations and specifying payment and invoicing procedures.
B08_SOL_RFP_140D0425R0098_BIA_EU_SES_Bemidji.pdf
PDF1808 KBDec 12, 2025
AI Summary
The government is soliciting proposals for exclusive use single-engine amphibious water scooping flight services for fire suppression missions for the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, Solicitation Number 140D0425R0098, will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract covering an estimated 60-day exclusive use period annually from April 14 to June 12, from 2026 to 2031. The required aircraft must meet specific criteria, including a minimum of 1600 Shaft Horsepower, a 799 US gallon tank capacity, and the ability to dispense water and fire retardant. The contractor must provide a Level I SEAT Pilot in Command (PIC), a Level I or II SEAT Relief Pilot, and a Fuel Service Vehicle with driver/operator for Lower 48 operations. The solicitation details comprehensive requirements for aircraft equipment, avionics, personnel qualifications, and operational procedures, including compliance with FAA regulations, specific communication and navigation systems, and an Automated Flight Following (AFF) program. Pricing schedules for daily availability and flight hours are provided for a five-year ordering period, with provisions for economic price adjustments for fuel and additional pay items for time and materials. The maximum contract value is $10,000,000.
B03_WD_1995-0221_Rev_70_5_05_2025.pdf
PDF93 KBDec 12, 2025
AI Summary
This government file, Wage Determination No.: 1995-0221, outlines wage and fringe benefit requirements for service contracts subject to the Service Contract Act, with a last revision date of May 5, 2025. It details minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), applicable depending on contract award or renewal dates. The document specifies health & welfare, vacation, and holiday benefits, with particular provisions for Hawaii. It also includes hazardous pay differentials for work with ordnance and uniform allowance guidelines. A comprehensive list of occupations and their corresponding hourly wages is provided, categorized by region (Continental U.S., Alaska, Hawaii, American Samoa, and various U.S. regions), for services primarily related to Fire Safety. The file concludes with procedures for conforming unlisted occupations and detailed descriptions of occupations not found in the standard Service Contract Act Directory, such as Quality Assurance Representatives and Environmental Protection Specialists.
B03_WD_1995-0222_Rev_69_3_26_2025.pdf
PDF67 KBDec 12, 2025
AI Summary
This government file, 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 determination specifically covers occupations like Airplane Pilots ($39.08/hour), First Officers ($35.58/hour), and Aerial Photographers ($19.52/hour) involved in various flying services. It mandates health & welfare benefits (e.g., $5.36/hour nationwide), paid sick leave (EO 13706), vacation, and eleven paid holidays. Special provisions include hazardous pay differentials (4% or 8%), uniform allowances, and procedures for conforming unlisted occupations via Standard Form 1444.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 30, 2025
amendedLatest AmendmentDec 12, 2025
deadlineResponse DeadlineJan 5, 2026
awardAwarded to Aero Spray Inc Appleton MN USAMar 4, 2026
expiryArchive DateJan 20, 2026

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
DEPARTMENTAL OFFICES
Office
IBC ACQ SVCS DIRECTORATE (00004)

Point of Contact

Name
Roadruck, Shay

Official Sources