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.