F--BIA Exclusive Use Amphibious Single Engine Scooper
ID: 140D0425R0098Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    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) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use 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 technical specifications and personnel qualifications. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and should direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    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 aims to award two indefinite-delivery, indefinite-quantity (IDIQ) fixed-price contracts, which will facilitate essential services such as fire suppression, law enforcement, and administrative activities from March 1, 2026, to February 28, 2031. The selected contractor will provide helicopters, personnel, and all necessary equipment, adhering to strict operational and safety standards. Interested parties must submit their proposals by January 7, 2026, at 1300 PST, and can direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    T--On-Call/Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Ser
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking proposals for on-call and/or exclusive use Unmanned Aircraft Systems (UAS) emergency fire flight services to support the Office of Aviation Services. This procurement aims to provide essential aerial support for fire management across the contiguous lower 48 states over a five-year ordering period. The successful contractor must be registered in the System for Award Management (SAM.gov) and comply with the requirements outlined in the solicitation, which is set aside for small businesses under NAICS code 541370. The anticipated solicitation issue date is January 5, 2026, with a closing date projected for February 4, 2026. For further inquiries, interested parties may contact Stephanie Boles at stephanieboles@ibc.doi.gov.
    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.
    28--Department of the Interior (DOI) Office of Aviatio
    Interior, Department Of The
    The Department of the Interior (DOI) is soliciting quotes for a Lycoming IO-360-A1B6 engine, either new or factory-rebuilt, specifically for use on Partnavia P-68 aircraft, intended for the Office of Aviation Services Alaska Regional Office. This procurement is a total small business set-aside under NAICS Code 336412, emphasizing the necessity of the brand-name engine due to its unique FAA approval and compliance with airworthiness requirements. The engine is critical for maintaining the operational safety and efficiency of the DOI's aviation fleet. Quotes are due by January 12, 2026, at 12:00 PM EST, with delivery required by August 15, 2028, to Anchorage, AK. For further inquiries, interested parties may contact Rachael Davis at rldavis@ibc.doi.gov or by phone at 208-433-5038.
    MN Litchfield WMD - UTV with Trade-in
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger as part of their operations at the Litchfield Wetland Management District (WMD). The UTV must meet specific requirements, including a 950 cc/65 HP engine, automatic transmission, and features suitable for safe operation in cold weather, such as power steering and a full cab with heating. This procurement is critical for enhancing operational efficiency in wildlife management activities, with quotes due by January 7, 2026, at 2:00 PM ET, and submissions should be directed to Dana Arnold at danaarnold@fws.gov. The contract will be awarded based on best value, considering both technical specifications and pricing, with the contractor responsible for delivery to the specified location in Litchfield, MN.
    Department of the Interior (DOI) Office of Aviatio
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking quotations for a Continental factory-rebuilt, zero total time IO-520D-108B engine specifically for use on a Cessna 185 aircraft, intended for the Office of Aviation Services (OAS) Alaska Regional Office. This procurement is a total small business set-aside under NAICS Code 336412, emphasizing the necessity of acquiring a brand-name engine due to FAA Type Certificate requirements, which dictate that only the Continental model is approved for this aircraft. The selected vendor must be a Continental authorized distributor, with delivery required by May 30, 2026, to Anchorage, AK. Interested parties should submit their quotes via email to Rachael Davis at rldavis@ibc.doi.gov by January 12, 2026, at 12:00 PM EST, with evaluations based on price and acceptability.
    MN Morris WMD - UTV with Two Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the procurement of a 6x6 Utility Task Vehicle (UTV) along with the trade-in of two existing vehicles, specifically a 2009 Argo Avenger and a 2016 Polaris Ranger, for the Morris Wetland Management District (WMD). The UTV must meet specific technical specifications, including features such as a roll-over protection system, enclosed cab with climate control, and a power-tilting bed, with proposals evaluated based on technical compliance, lead time, and pricing. This procurement is crucial for enhancing operational capabilities in wildlife management and habitat conservation efforts. Interested vendors must submit their proposals by January 8, 2026, at 2:00 PM ET, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    Intent to Extend National Type 2 Firefighter Crew Blanket Purchase Agreement
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to extend the period of performance for the Blanket Purchase Agreements (BPAs) related to Type 2 Firefighter Crew services, originally established under solicitation number 1202SC21Q0001. This extension aims to synchronize the timelines for both the Type 2 Initial Attack (IA) and Type 2 Contract Crew programs, extending the effective period of all current and future BPAs through May 2027, following an annual review in 2026. These BPAs are crucial for supporting forestry operations, particularly in fire suppression and presuppression activities across the United States. Interested parties can direct inquiries to Bryce N. Pitchford at bryce.pitchford@usda.gov or by phone at 208-991-7639, with no immediate response required for this Special Notice as further instructions will be provided in a future solicitation amendment.
    Geographic Information System Support Specialist
    Interior, Department Of The
    The Department of the Interior, Bureau of Indian Affairs (BIA), is seeking proposals for Geographic Information System (GIS) support services under Solicitation No. 140A1126Q0005, specifically set aside for Indian Small Business Economic Enterprises. The contract aims to enhance the efficiency and management of the San Carlos Irrigation Project's electrical utility operations, requiring an on-site GIS project manager to maintain the GIS system, collect field data, and provide comprehensive data analysis and reporting. This firm-fixed-price contract spans 2160 hours annually over a base year and four option years, with quotes due by December 31, 2025, at 5:00 PM PST, and inquiries accepted until December 26, 2025. Interested vendors should submit their proposals electronically to Melanie Schiaveto at melanie.schiaveto@bia.gov.