F--Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services in Suppo
ID: 140D0425Q0576Type: Presolicitation
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) 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 shay_roadruck@ibc.doi.gov or 571-513-3226 for further information.

    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 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.
    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
    BIA Exclusive Use Amphibious Single Engine Scooper
    Buyer not available
    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 shayroadruck@ibc.doi.gov or call 571-513-3226.
    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.
    SEI Industries, Original Equipment Manufacturer (OEM), “Premo Fireballs” - Aerial Ignition Spheres Purchase
    Buyer not available
    The USDA Forest Service, through its National Interagency Fire Center (NIFC), is seeking qualified vendors to supply SEI Industries' "Premo Fireballs," which are aerial ignition spheres used for prescribed burns and wildfire management. The procurement aims to acquire approximately 1,000 cases of these fireballs annually, emphasizing the importance of safety and compliance with National Wildfire Coordinating Group (NWCG) standards. Vendors must be authorized third-party providers of SEI Industries and capable of delivering to multiple Incident Support Caches across the nation. Interested parties are invited to submit a capability statement by December 8, 2025, detailing their qualifications and past performance, with the potential for a future Request for Quote (RFQ) to follow. For further inquiries, vendors can contact Amy Tilley at amy.tilley@usda.gov.
    Region 3 Fuels Management Follow-on IDIQ
    Buyer not available
    The U.S. Department of Agriculture, Forest Service, Region 3, is seeking proposals for the Region 3 Fuels Management Follow-on Indefinite Delivery/Indefinite Quantity (IDIQ) contract, aimed at providing fuels treatment, wildfire hazard reduction, and related services across various national forests and grasslands in Arizona and New Mexico. The contract encompasses a range of activities including vegetation manipulation, burn unit preparation, and stand improvement, with a base period of one year and four optional one-year extensions. This initiative is critical for enhancing forest health and reducing wildfire risks, thereby supporting environmental conservation efforts. Interested small businesses must submit their proposals by December 5, 2025, and direct any inquiries to Contract Specialist Ma Estrellita Dasmarinas at SM.R3.FPO.FUELSMGTIDIQ@USDA.GOV by November 10, 2025.
    BPA - Fire fighting Equipment PSC 4210
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for fire-fighting equipment under PSC Code 4210. This procurement aims to engage small businesses that can provide standard commercial supplies and services at competitive prices, with a focus on positive past performance as a key evaluation criterion. The BPAs will facilitate the acquisition of essential fire-fighting equipment, which is critical for ensuring safety and operational readiness. Interested vendors must submit their documentation and past performance references to Barbara Grinder by April 30 for June awards or by October 31 for December awards, and they must maintain active accounts in both the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM).
    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.
    NSN 1680-014943019, SEAT, AIRCRAFT, WSDC: 40A, HELICOPTER, UH-60A, UH-60L, UH-60V
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a Firm Fixed Price Contract for the procurement of 26 aircraft seats for the UH-60A, UH-60L, and UH-60V helicopters. This solicitation is critical for flight safety and involves export control, with approved sources including BAE Systems Land & Armaments L.P. and Sikorsky Aircraft Corporation. The solicitation will be issued on December 8, 2025, and will close on January 12, 2026, with evaluations based on price, past performance, and other factors. Interested parties can contact Jessica Gentry at jessica.gentry@dla.mil or Leslie Adams at leslie.adams@dla.mil for further information.
    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.