National Light Fixed Wing - Multiple Award Task Order Contract (NLFW MATOC) Reopen
ID: 1202SA22R9102_(Reopen)Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEINCIDENT PROCUREMENT AVIATION BRANCHBoise, ID, 837055354, USA

NAICS

Nonscheduled Chartered Passenger Air Transportation (481211)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST-RANGE FIRE SUPPRESSION/PRESUPPRESSION (F003)

Set Aside

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

    The Department of Agriculture, specifically the Forest Service's Incident Procurement Aviation Branch, is reopening the National Light Fixed Wing - Multiple Award Task Order Contract (NLFW MATOC) to onboard additional vendors. This procurement aims to award multiple Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for fixed-wing aircraft, which must be operated by qualified personnel and equipped to meet specified requirements, with a contract duration of two years and options for additional multi-year extensions totaling up to nine years. These aircraft services are crucial for natural resource conservation efforts, particularly in forest and range fire suppression and presuppression activities. Interested parties can contact Matt Morris at matthew.morris@usda.gov or 208-749-1603, or Amelia Velasco at amelia.velasco@usda.gov or 208-569-8238 for further details.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services
    Active
    Agriculture, Department Of
    Presolicitation AGRICULTURE, DEPARTMENT OF FOREST SERVICE is seeking Modular Airborne Fire Fighting Systems (MAFFS) Coordination and Maintenance Services in Boise, ID, USA. The service is typically used for inspection, maintenance, repair, inventory management, engineering support, training, and coordination activities to ensure operational readiness for eight (8) Modular Airborne Fire Fighting Systems, second generation (MAFFS II), and associated ground equipment during the wildland fire season and throughout the year. The anticipated response date is 31 March 2024 at 1400 MT. The set aside code is Total Small Business Set-Aside (FAR 19.5). The NAICS code is 488190 – Other Support Activates for Air Transportation. The small business size standard is $40 Million. The Forest Service intends to issue a request for quotes (RFQ) on or around 1 March 2024. The resulting contract will be a firm-fixed priced (FFP), indefinite-delivery, indefinite-quantity (IDIQ) contract with a twelve (12)-month base period and four (4), twelve (12)-month option periods. Interested parties shall submit quotes through e-mail to the Contracting Officer, Gwen Boyle, at Gwendolynn.Boyle@usda.gov. Contractors must be registered and active in the SAM.gov database prior to contract award. All invoices for this procurement shall be submitted through the Department of Treasury’s Internet Payment Platform (IPP). For further information, please contact Gwen Boyle at Gwendolynn.Boyle@usda.gov.
    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.
    UNITED STATES FOREST SERVICE, ROCKY MOUNTAIN REGION 2, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service, Rocky Mountain Region 2, is seeking qualified contractors for road and bridge construction services through a Multiple Award Task Order Contract (MATOC). The procurement involves an Indefinite Delivery-Indefinite Quantity (IDIQ) contract for various construction projects, including the replacement of bridges and culverts, roadway reconditioning, and related services across USFS Region 2. This initiative is crucial for maintaining and enhancing infrastructure within national forests, ensuring safe access for both public and forestry operations. Interested vendors must register in the System for Award Management (SAM.gov) and are encouraged to attend scheduled site visits for seed projects, with the full solicitation anticipated to be available in late July 2024. For inquiries, contact Paul Larsen at paul.larsen@usda.gov.
    Fixed-wing aviation services in New Mexico to support predator damage management activities
    Active
    Agriculture, Department Of
    The US Department of Agriculture requires fixed-wing aviation services in New Mexico to aid in predator damage management, specifically involving invasive species removal and wildlife disease monitoring. This work is typically conducted under the direction of dedicated Wildlife Services personnel. The job requires the use of a Piper Super Cub PA-18 or Cub Crafters CC18 aircraft and a qualified pilot, under a five-year contract. With a quotation deadline of August 1st, 2024, the successful applicant will be awarded a contract running from mid-August 2024 to the same date in 2029, offering a fixed price for their services.
    Rotorwash IRSC
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking market information through a Request for Information (RFI) for the Rotorwash Integrated Resource Service Contract (IRSC) in the Okanogan Wenatchee National Forest, focusing on the Methow Valley Ranger District in Washington. The objective of this procurement is to enhance forest resilience against wildfire and disease while improving overall forest health through commercial thinning, fuels reduction, and fireline construction across approximately 550 acres, with an additional 450 acres available for optional treatments. This initiative is part of the Forest Service's commitment to utilizing stewardship contracts to meet local community needs and effectively manage public lands. Interested parties must respond to the RFI by November 13, 2024, and are encouraged to participate in a pre-proposal site visit scheduled for October 23, 2024, to discuss project details and operational requirements. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057.
    UNITED STATES FOREST SERVICE, INTERMOUNTAIN REGION 4, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC
    Active
    Agriculture, Department Of
    The United States Department of Agriculture's Forest Service is seeking qualified contractors for the Road and Bridge Construction Services Multiple Award Task Order Contract (MATOC) in the Intermountain Region 4, specifically focused on road and bridge construction and related services. The procurement includes a range of activities such as the repair and construction of various types of roads, bridges, culverts, and aquatic passages, with a total small business set-aside and a minimum of ten contracts anticipated to be awarded. This initiative is crucial for maintaining and enhancing infrastructure within national forests, ensuring both public accessibility and environmental stewardship. Interested vendors are encouraged to participate in scheduled site visits from October 9 to October 17, 2024, to familiarize themselves with the project locations, and must direct inquiries to Paul Larsen at paul.larsen@usda.gov. The full solicitation is expected to be available in fall 2024, with task orders ranging from $2,000 to $3,000,000 and a shared ceiling limit of $50,000,000 for all orders.
    UNITED STATES FOREST SERVICE, ROCKY MOUNTAIN REGION 2, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC
    Active
    Agriculture, Department Of
    The United States Forest Service, under the Department of Agriculture, is seeking contractors for road and bridge construction services in the Rocky Mountain Region 2, specifically through a Multiple Award Task Order Contract (MATOC). The procurement includes several seed projects, such as the replacement of the PSICC South Cottonwood Creek Bridge, the White River Berry Creek Culvert Replacement, and roadway reconditioning work in the Washakie Ranger District of Wyoming. These projects are crucial for maintaining infrastructure within national forests, enhancing road safety, and ensuring proper water drainage. Interested contractors are encouraged to attend scheduled site visits on October 3 and October 9, 2024, for the bridge and culvert projects, respectively, and to review the Washakie Roadwork site independently. For further inquiries, prospective offerors can contact Paul Larsen at paul.larsen@usda.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.