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.