F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
ID: 140D0425Q0576Type: 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)

Set Aside

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

    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 shay_roadruck@ibc.doi.gov or by phone at 571-513-3226.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a Sources Sought notice issued by the U.S. Department of the Interior (DOI) to gather information on potential contractors for providing Single Engine Air Tanker (SEAT) aviation services to support wildland firefighting. It aims to identify both Indian Economic Enterprises (IEEs) and small businesses, as well as larger companies capable of fulfilling the government’s requirements. The services would include providing aircraft, trained personnel, fuel, maintenance, and necessary equipment for conducting fire suppression operations, particularly in Minnesota and potentially other states. The document outlines eligibility criteria, specifying the types of businesses encouraged to respond, and requests details on potential contractors, including company information, business size, and capabilities that meet technical specifications for aircraft. The expected operations will span a specified exclusive use period and outline minimum aircraft requirements. All responses to this Sources Sought are to be submitted via email by a specified deadline, with a strict guideline indicating that no costs incurred in responding will be reimbursed. This filing reflects the government’s planning stage before potentially issuing an official Request for Proposal (RFP).
    The Interior Business Center (IBC) is issuing a pre-solicitation notice for contract 140D0425Q0576, seeking a contractor to provide and operate a Single Engine Airtanker (SEAT) Aircraft for fire suppression for the Bureau of Indian Affairs (BIA). The contract, designated for a 100% small business set-aside under NAICS code 115310, will have a five-year ordering period from February 2026 to January 2031, with a 60-day exclusive use period each fire season (estimated April 5 – June 3). The chosen aircraft must meet specific requirements, including a minimum 1220 SHP, 800 US gallon tank capacity, and the ability to dispense water and fire retardant, among other specifications. The service requires a Level I SEAT Pilot in Command, a relief pilot, and a fuel service vehicle with operators for operations in the Lower 48. The solicitation is anticipated to be issued on or after November 26, 2025, with offers due by December 30, 2025.
    This document, Wage Determination No. 1995-0221, Revision No. 70, issued by the U.S. Department of Labor, outlines wage rates and fringe benefits for service contracts subject to the Service Contract Act. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates, and notes annual adjustments. The determination applies nationwide, including specific regions, and lists hourly rates for various occupations from administrative support to transportation, with specific rates for Alaska, Hawaii, American Samoa, and continental U.S. regions. It also covers fringe benefits such as health and welfare, paid vacation (after 1, 10, and 15 years of service), and eleven paid holidays. Special provisions include hazardous pay differentials (4% or 8%), uniform allowances, and procedures for conforming unlisted occupations and wage rates using Standard Form 1444.
    This document, Wage Determination No.: 1995-0222, outlines wage rates and benefits for service contracts under the Service Contract Act. It details minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on the contract award/renewal date. The determination covers occupations like Airplane Pilot, First Officer (Co-Pilot), and Aerial Photographer, specifying their hourly rates. It also mandates fringe benefits, including health & welfare (with specific rates for Hawaii and EO 13706 covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. Additional provisions include hazardous pay differentials (4% or 8%), uniform allowances, and procedures for conforming unlisted occupations via SF-1444, ensuring fair compensation and benefits for employees on federal contracts.
    This amendment (140D0425Q0576) addresses questions from prospective offerors regarding the Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services for the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The solicitation, issued by the Interior Business Center, Acquisition Services Directorate, is for the period of February 1, 2026, to January 31, 2031. Key clarifications include an average of 25 flight hours per year (based on a 45-day exclusive use period) for 2024 and 2025, with no guaranteed flight hours. While no dispatches to Alaska occurred in the previous contract, the ability to do so remains crucial. The Flight Data Monitoring System (FDMS) is a mandatory requirement for the aircraft. The due date for proposal submission remains December 30, 2025, at 1300 PS, and offerors must acknowledge receipt of this amendment by signing and returning one copy with their proposal.
    This government Request for Proposal (RFP) (Solicitation 140D0425Q0576) from the Department of the Interior Business Center, Acquisition Services Directorate, seeks exclusive-use single-engine airtanker (SEAT) aircraft flight services for fire suppression operations. The Bureau of Indian Affairs (BIA) requires these services at Bemidji, Minnesota, from February 1, 2026, to January 31, 2031, with an estimated exclusive use period of April 5 to June 3 each fire season. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ), covers one SEAT aircraft, personnel (including a Level I SEAT Pilot in Command and a Level I or II SEAT Relief Pilot), and associated equipment, including a fuel service vehicle with driver/operator for the Lower 48 states. Key aircraft requirements include a minimum 1220 Shaft Horsepower, 800 US gallon tank capacity, 6,900-pound payload, and Interagency Airtanker Board (IAB) approved gate. The RFP details comprehensive technical specifications for equipment, personnel qualifications, operations, and maintenance. It also includes instructions for offerors regarding proposal content, evaluation factors, and various contract clauses and exhibits.
    The document addresses questions regarding Solicitation 140D0425Q0576, focusing on the BIA Exclusive Use Single Engine Airtanker (SEAT) contract. Key clarifications include per diem and subsistence allowances, which will not be paid when the aircraft is at its designated base, such costs must be incorporated into the Daily Availability rate. Additionally, the Flight Data Monitoring System (FDMS) is required at the start of the contract, not upon bid submission. These points clarify financial and technical requirements for potential contractors.
    Amendment 0001 to Solicitation 140D0425Q0576 addresses questions from prospective offerors regarding the "Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services" for the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. This amendment provides answers to submitted questions and clarifies that the proposal due date of December 30, 2025, at 1300 PS, remains unchanged. Offerors must acknowledge receipt of this amendment by one of the specified methods. The period of performance for this contract is from February 1, 2026, to January 31, 2031. This document emphasizes the importance of acknowledging the amendment to ensure offers are not rejected.
    Amendment 0002 to Solicitation 140D0425Q0576 addresses questions from prospective offerors regarding the Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services in support of the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The amendment provides answers to these additional questions. It explicitly states that the due date and time for proposal submission has not been extended and remains December 30, 2025, at 1300 PS. Offerors are required to acknowledge receipt of this amendment by signing and returning one copy with their proposal submission. The period of performance for the contract is from February 1, 2026, to January 31, 2031.
    This government Request for Proposal (RFP) (Solicitation Number 140D0425Q0576) is issued by the Department of the Interior (DOI) Acquisition Services Directorate. The RFP is for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) in Bemidji, Minnesota. The period of performance for these services is from February 1, 2026, to January 31, 2031. The solicitation is set aside for small businesses, with a NAICS code of 115310 and a size standard of $11.5 million. Offers are due by December 30, 2025, at 1300 PS. The document outlines administrative details, including payment, invoicing, and contract administration, and refers to FAR clauses 52.212-1, 52.212-3, 52.212-4, and 52.212-5.
    Similar Opportunities
    F--BIA Exclusive Use Amphibious Single Engine Scooper
    Interior, Department Of The
    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 shayroadruck@ibc.doi.gov or call 571-513-3226 for further details.
    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.
    White Sage Aerial Seeding
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking contractors for an aerial seeding project covering 950 acres affected by the White Sage fire in the Kaibab National Forest, Arizona. The objective is to apply a specific seed mixture to prevent the encroachment of invasive species, particularly cheatgrass, into sensitive cactus habitats, ensuring uniform coverage at a rate of 30 seeds per square foot. This project is critical for the protection of local ecosystems and requires strict adherence to quality control, safety, and environmental compliance standards. Interested parties should direct inquiries to Vincent Gulley at vincent.gulley@usda.gov or call 202-321-7822, with a deadline for questions set for December 26, 2025, at 12:30 PM EST, and an anticipated project start date in November 2025.
    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.
    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.
    F--BLM RABBIT VALLEY FIRE AERIAL RESEEDING
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting quotes for the Rabbit Valley Fire Aerial Reseeding project, which aims to reseed approximately 1,260 acres affected by the Rabbit Valley Fire in Mesa County, Colorado. Contractors are required to provide aircraft, equipment, and labor to aerially seed the designated area using 13,900 lbs of government-furnished native plant seed, adhering to specific environmental regulations and operational conditions, including the use of GPS-compatible navigation systems and weather constraints. This project is crucial for restoring the affected ecosystem and ensuring sustainable land management practices. Interested parties must submit their quotes by January 6, 2026, with questions due by January 2, 2026; for further inquiries, contact Daniel Rosales at drosales@blm.gov.
    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.
    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.
    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.