V--EU Helicopter Flight Services, Mount Rainier, Olympic, North Cascades National
ID: 140D0424R0116Type: Presolicitation
Overview

Buyer

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

NAICS

Nonscheduled Chartered Passenger Air Transportation (481211)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER AIR CHARTER (V221)

Set Aside

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

    The Department of the Interior is seeking proposals for EU Helicopter Flight Services to support operations at Mount Rainier, Olympic, and North Cascades National Parks. The procurement aims to acquire exclusive use helicopter services for various federal agencies, including the National Park Service, with a focus on project work, fire management, and search and rescue operations. This contract will span a base year with four optional renewal years, ensuring a minimum of 139 days of helicopter availability and a maximum ceiling amount of $7 million for services ordered. Interested vendors should submit their proposals in compliance with federal acquisition regulations, and they can contact Melanie Johnson at melanie_johnson@ibc.doi.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior (DOI) plans to solicit contractor-operated helicopter services to support the National Park Service (NPS) for various missions, including fire management and search and rescue operations. The contractor must provide a light helicopter, crew, fuel servicing vehicle, and associated equipment. The specific aircraft requirements include a turbine engine, seating for five, and a payload capacity of 450 pounds at specific conditions. The contract will have a base period of one year, with four one-year options, effective from March 2025 to February 2030. It is a small business set-aside under NAICS code 481211 and will comply with Federal Acquisition Regulations. The solicitation will be released after October 4, 2024, with proposals due by November 5, 2024, and contract awards expected by March 2025. Interested contractors must be registered in the System for Award Management (SAM) to be eligible. This RFP signifies the government's intent to acquire vital aviation services for various operational needs while promoting small business participation.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, identifying minimum wage rates and fringe benefits required for service contracts. It establishes the minimum wages according to two Executive Orders: EO 14026, which applies to contracts after January 30, 2022, requiring a minimum of $17.20 per hour, and EO 13658, which applies to contracts awarded between January 1, 2015, and January 29, 2022, mandating a minimum of $12.90 per hour. Additionally, it outlines various job classifications, their respective wage rates across different regions in the U.S., and specific benefits provided under the contract. The document emphasizes compliance and includes provisions for additional classifications, wage rates, and fringe benefits for employees not expressly outlined. It serves as a key reference for contractors involved in federal contracts, ensuring adherence to wage standards and protections under the law, especially highlighting the importance of sufficient worker compensation and benefits in government RFP contexts.
    The document outlines wage determinations under the Service Contract Act (SCA) as directed by the U.S. Department of Labor. It specifies wage rates for federal contractors effective in 2024, depending on contract dates and Executive Orders. Contracts initiated or renewed after January 30, 2022, must adhere to Executive Order 14026, mandating a minimum wage of $17.20 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, Executive Order 13658 applies, with a minimum wage of $12.90 per hour. Additionally, the file details fringe benefits, including health and welfare, vacation, and holiday allowances, applicable to various occupations such as airplane pilots, first officers, and aerial photographers. It also describes legal cost-sharing related to uniforms and regulations for hazardous pay differentials. Furthermore, it outlines the process for requesting additional classifications and wage rates for unlisted job roles under the contract, ensuring compliance with labor regulations. The summary emphasizes the document’s role in establishing fair labor standards and protections for workers involved in government contracts, highlighting its relevance in the context of federal grants and local RFPs.
    This document outlines the requirements and pricing for a federal Request for Proposal (RFP) aimed at acquiring exclusive use helicopter services for various agencies, including the National Park Service (NPS). The contract spans a base year with four optional renewal years, providing services primarily for project work, fire management, and search and rescue operations across national parks in the Pacific Northwest. Key requirements include the provision of a fully contracted helicopter, personnel, and fuel servicing vehicles. The helicopter must have a minimum passenger capacity and specified performance metrics, such as payload capabilities and speed. The pricing structure mandates that all bids should cover applicable taxes and set forth daily availability rates, flight hours, and optional extension costs across the contract’s term. A minimum guarantee of 139 days of availability is established, with a maximum ceiling amount of $7 million set for services ordered. Additionally, the document specifies rigorous maintenance and safety protocols, operational compliance with FAA regulations, and detailed equipment requirements to ensure safe and efficient mission execution. The RFP serves to streamline the procurement of air services while ensuring that contractors adhere to federal safety and operational standards vital for meeting the operational needs of federal agencies.
    The document outlines a Request for Proposal (RFP) related to EU Helicopter Flight Services for Mount Rainier, Olympic, and North Cascades National Parks. The acquisition is set for a performance period starting from April 1, 2025, with options extending through 2030. Details provided include the solicitation number (140D0424R0116), issuing office information, and the requirement for proposals to adhere to federal acquisition regulations (FAR). The document specifies the necessity for compliance with service-disabled veteran-owned small business set-asides and outlines instructions for submitting proposals, including due dates and remittance addresses. Additionally, it lists various line items for potential services, each with corresponding performance periods. The document reflects a structured procurement process aimed at selecting qualified vendors for essential park services, ensuring transparency, competition, and adherence to small business provisions in governmental contracting. The emphasis on different performance periods highlights planning for future service needs within these national parks.
    Similar Opportunities
    V--AK NPS EU Helo
    Active
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Helicopter Services at Denali National Park in Talkeetna, Alaska, under Solicitation 140D0424R0032. The contract aims to provide fully operated helicopter services for a guaranteed period of 120 days, with potential extensions, to support various government missions, including search and rescue, fire management, and law enforcement. This initiative represents a significant investment of $8 million over five years, emphasizing the importance of safety, compliance with FAA regulations, and effective communication between the contractor and the government. Interested contractors must acknowledge receipt of amendments and submit their proposals by the specified deadlines, with inquiries directed to Jennifer Arthur at jenniferarthur@ibc.doi.gov.
    On Call Type III Helicopter flight services for Ae
    Active
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for On Call Type III Helicopter flight services to support the Aerial Capture, Eradication, and Trapping of Animals (ACETA) and Wild Horse and Burro (WH&B) programs. The procurement aims to establish Blanket Purchasing Agreements (BPA) with qualified contractors who can provide specialized helicopter services, ensuring compliance with FAA regulations and safety standards while meeting defined performance criteria for various mission types. This initiative is crucial for effective wildlife management and environmental conservation efforts, promoting small business participation, including those owned by service-disabled veterans, HUBZone, and women-owned entities. Interested parties must submit their proposals by October 2, 2024, for a contract period running from May 1, 2025, to April 30, 2030. For inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    Amendment No. 1 to the solicitation for proposals for a new concession contract to operate lodging, food and beverage, retail, and other services at Lake Crescent Lodge, Log Cabin Resort, Fairholme Store, and Hurricane Ridge within Olympic National Park
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a new twelve-year concession contract to operate lodging, food and beverage, retail, and other services at Lake Crescent Lodge, Log Cabin Resort, Fairholme Store, and Hurricane Ridge within Olympic National Park. This contract aims to enhance visitor experiences by providing essential services such as accommodations, dining, and recreational rentals in one of the nation's treasured natural landscapes. Interested parties must submit a "Notice of Intent to Propose" by 12:00 p.m. (Pacific Time) on November 21, 2024, and electronic proposals must be submitted by 12:00 p.m. (Pacific Time) on December 19, 2024, to be considered for the award. For further inquiries, contact Kimberley Gagliolo at kimgagliolo@nps.gov or by phone at 510-914-9815.
    15--Weed Control Unmanned Aircraft Services (UAS) Aeri
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is seeking contractors to provide Unmanned Aircraft Services (UAS) for weed control and aerial herbicide application at the Malheur National Wildlife Refuge, covering approximately 520 acres. The primary objective is to manage invasive vegetation and enhance bird habitats, with potential for additional services across various locations in the contiguous United States. This initiative underscores DOI's commitment to environmental management and conservation, particularly in wetland ecosystems. Interested vendors must submit their responses by October 31, 2024, and can direct inquiries to Stephanie Boles at stephanieboles@ibc.doi.gov.
    D--FY25 MORA Dispatch Sources Sought.
    Active
    Interior, Department Of The
    The National Park Service, through the Mount Rainier National Park Communication Center (MORACC), is seeking information from small businesses regarding their capabilities to provide after-duty hours emergency dispatch services. The primary objective is to handle incoming 911 calls related to various emergencies within Mount Rainier National Park, including life-threatening situations, medical emergencies, and law enforcement dispatching for NPS personnel. This opportunity is crucial for ensuring effective emergency management and compliance with statutory requirements. Interested contractors must submit a two-page Statement of Capability by October 28, 2024, at 3:00 PM Pacific Standard Time, to Hal Hoversten at halhoversten@nps.gov, and should note the Source Sought Notice DOIPFBO250002 in their email subject line.
    Exclusive Use Fixed Wing Single Engine Scooper Ser
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is seeking proposals for exclusive use of fixed-wing single-engine amphibious water-scooping aircraft to support fire suppression operations at Fort Wainwright, Fairbanks, Alaska. The procurement aims to secure four contractor-operated and maintained aircraft, which must meet specific FAA airworthiness criteria, including a tank capacity of 800 US gallons and the capability to operate from gravel runways. This contract is crucial for ensuring effective fire management during the fire season, with services anticipated to be required annually from May 20 to August 2, following a five-year ordering period starting April 1, 2025. Interested bidders should note that the solicitation is expected to be issued around September 23, 2024, and can contact Heather Sizick at heathersizick@ibc.doi.gov for further inquiries.
    Exclusive Use Fixed Wing Single Engine Scooper Ser
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for exclusive use of fixed-wing single-engine water-scooping aircraft to support fire suppression operations at Fort Wainwright, Fairbanks, Alaska. The contract requires the provision of four amphibious aircraft capable of carrying 800 gallons of water, along with necessary personnel and support equipment, for a performance period of 75 days annually, with potential extensions up to 180 days based on federal funding. This service is critical for effective aerial firefighting efforts, ensuring rapid response to wildfires in the region. Interested contractors should contact Heather Sizick at heathersizick@ibc.doi.gov for further details, and must comply with wage determination guidelines under the Service Contract Act, which stipulate minimum wage rates starting at $17.20 per hour for contracts initiated after January 30, 2022.
    FW FIRE EU Utility (Fort Wainwright)
    Active
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Fixed Wing Fire Exclusive Use Utility Flight Services at Fort Wainwright, Alaska, with a contract period from April 1, 2025, to March 31, 2030. The procurement requires the contractor to provide two multi or single-engine turbine aircraft, along with crew, maintenance, and necessary equipment to support fire management activities, including transportation and aerial observation, while adhering to strict safety and operational standards. This service is crucial for effective resource management and operational readiness in fire response activities in Alaska, particularly during the exclusive use period from May 1 to August 28 each year. Interested contractors should contact Maya Maxies-Clemons at mayamaxies-clemons@ibc.doi.gov for further details, and must comply with wage determinations set forth under the Service Contract Act, with minimum wage rates starting at $17.20 per hour for contracts initiated after January 30, 2022.
    19--65' MULTI-PURPOSE VESSEL - GLACIER BAY NP
    Active
    Interior, Department Of The
    The National Park Service, under the Department of the Interior, is seeking proposals for the procurement of a 65-foot Multi-Purpose Response Vessel for Glacier Bay National Park, Alaska. The vessel must be a high-speed aluminum landing craft compliant with U.S. Coast Guard regulations, featuring a raised pilot house, a 45,000-pound deck capacity, and the ability to reach speeds of over 30 knots with a 400-mile operational range. This initiative is crucial for enhancing emergency response capabilities within the park, ensuring operational readiness in remote marine environments. Proposals are due by November 7, 2024, with a total small business set-aside, and interested parties should contact Ronald Bunch at ronaldbunch@nps.gov or 907-201-7719 for further information.
    Y--ROMO 327127 Bridge Preservation
    Active
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the "Y--ROMO 327127 Bridge Preservation" project, aimed at preserving multiple bridges within Rocky Mountain National Park. Contractors will be required to perform various preservation tasks, including concrete repairs, masonry work, and scour countermeasures, with an estimated contract value between $1,000,000 and $5,000,000. This initiative is crucial for maintaining the park's infrastructure while ensuring compliance with environmental regulations and federal standards. Interested contractors should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and must submit their proposals by the specified deadline, with a pre-proposal site visit scheduled for October 4, 2024.