F--BIA Exclusive Use Single Engine Scooper Services
ID: 140D0425R0098Type: Sources Sought
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 seeking proposals for exclusive use amphibious single-engine scooper flight services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The contract, identified by Solicitation Number 140D0425R0098, will provide essential aerial firefighting capabilities during a specified 60-day period each year from April 14 to June 12, spanning from 2026 to 2031. This procurement is critical for effective fire suppression efforts, requiring contractors to meet stringent aircraft specifications and personnel qualifications, including compliance with FAA regulations. Interested parties must submit their proposals by December 29, 2025, at 10:00 AM PST, with a maximum contract value of $10 million. For further inquiries, contact Shay Roadruck at shay_roadruck@ibc.doi.gov or call 571-513-3226.

    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.
    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
    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.
    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.
    Annual Fire Extinguisher Inspection and Systems Services for White Earth Health Center
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking qualified contractors to provide annual fire extinguisher inspection and systems services for the White Earth Health Center and associated clinics in Minnesota. The procurement involves inspecting 116 fire extinguishers, one FM200 fire suppression system, and one CO2 fire suppression system across four health clinics located in Ogema, Mahnomen, Ponsford, and Naytahwaush. This opportunity is a 100% Small Business Set-Aside under NAICS Code 238220, with proposals due by December 10, 2025, at 2:00 PM CST, requiring detailed company information, pricing for a base year plus four option years, a technical capability statement, and past performance references. Interested parties can contact Winona Kitto at winona.kitto@ihs.gov or Jennifer Richardson at jennifer.richardson@ihs.gov for further details.
    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.
    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.
    68--Propane for Pine Ridge Agency
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified vendors to supply propane for the Pine Ridge Agency in South Dakota. The procurement involves delivering an estimated 120,000 gallons of propane to BIA-owned facilities for heating and emergency generators over a four-month period, from December 1, 2025, to March 31, 2026. This contract is crucial for ensuring reliable heating and emergency power supply in the region, with specific requirements including remote tank monitoring, emergency deliveries, and compliance with safety regulations. Interested vendors must submit their quotations by December 10, 2025, at 5:00 PM CST, and can contact Crystal Keys at crystal.keys@bia.gov or 405-933-6016 for further information.
    R--Geospatial Support Services for OTS - DRIS
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs (BIA), is seeking qualified contractors to provide Geospatial Support Services for the Office of Trust Services - Division of Resource Integration and Services (DRIS). The objective of this procurement is to enhance IT system modernization and data integration through Geographic Information Systems (GIS), which will support natural resource management on Indian lands and facilitate economic analyses. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) set-aside, with a contract period starting from January 15, 2026, to January 14, 2027, and includes four option years extending through January 14, 2031. Interested parties must submit their quotes by December 31, 2025, and direct any questions to Nancy Shah at Nancy.Shah@bia.gov by December 9, 2025.
    15--RFI for Easy Aerial Tethered UAS
    Buyer not available
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    S--Deep Cleaning of Chief Ignacio Justice Center for
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide monthly deep cleaning services for the Chief Ignacio Justice Center located in Towaoc, Colorado. The procurement aims to maintain a safe, sanitized, and healthy environment in compliance with federal cleanliness standards and CDC guidelines for the 25,000 square foot facility, which includes offices, courtrooms, and holding cells. This contract is a Firm-Fixed-Price Purchase Order, set aside 100% for Small Businesses under NAICS code 561720 (Janitorial Services), with an anticipated performance period from January 5, 2026, to January 4, 2031, including a base year and four one-year options. Interested parties must submit their offers by December 26, 2025, at 5:00 PM PST, and can contact Brian Roberts at brian.roberts@bia.gov or 503-231-2279 for further information.