National Smokejumper Aircraft Services
ID: 1202SA24R9100Type: Solicitation
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 USDA Forest Service seeks proposals for the National Smokejumper Aircraft Services program, a vital part of their wildland fire suppression strategy. Multi-engine turbine aircraft are required, with a focus on passenger and cargo capabilities, speed, and range. Strict regulations govern the maintenance and operation of these aircraft, with detailed specifications outlined in the solicitation. Offerors are invited to submit proposals by the extended deadline, benefiting from a pre-proposal Q&A session and a guaranteed minimum contract value.

    The solicitation seeks a versatile aircraft fleet for a range of operations, from wildfire response to public land administration. With performance and safety as key objectives, the selected aircraft must meet challenging technical standards and be approved by the government. The contract, worth up to $7,500 over ten years, encompasses base and optional years, ensuring a robust wildfire management system.

    Wildfire response is critical to the safety and management of public lands, and this procurement is a key component in achieving that goal. Interested parties should refer to the detailed solicitation document and its amendments for further information and deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The file contains an amendment to a solicitation for National Smokejumper Aircraft Services, seeking aviation services for wildfire response. Key changes include clarification on aircraft approval, inspection requirements, and contractor obligations. Offerors must acknowledge the amendment and may submit revised proposals. Questions have arisen regarding documentation requirements, with the government seeking OEM-approved aircraft maintenance records and pilot qualifications. Several clarifications pertain to aircraft configuration, performance categories, and the evaluation process for pilots and mechanics. The government has also confirmed details regarding data usage reimbursement and satellite communication requirements. Notably, the amendment extends the period of performance to thirteen years, from 2025 to 2034.
    File: Smart City Solutions RFP Issuing Agency: Department of Urban Development, City of Crestwood Title: Request for Proposals for Smart City Solutions Objective: Seek innovative solutions to enhance city operations and citizen services through technology. Focus on efficient energy use, improved public safety, and smarter transportation options. Response Deadline: 4 weeks Budget: $10 million allocated for initial pilot program Evaluation Criteria: Proposals will be evaluated based on innovation, technical merit, implementation plan, and budget. Priority given to integrated solutions. Your concise summary: The City of Crestwood's Department of Urban Development seeks innovative technology partners to transform city operations. With a $10 million budget, they aim to improve energy efficiency, public safety, and transportation. Proposals are invited to create a smarter city and will be evaluated on innovation, technical expertise, and implementation strategies. Responses are due within four weeks.
    The National Interagency Fire Center, USDA Forest Service seeks proposals for its National Smokejumper Aircraft Services program. The agency requires multi-engine, turbine aircraft for wildland fire suppression, with a ten-year contract split into three segments. The guaranteed minimum value varies based on aircraft performance categories, ranging from $10,000 to $7,500. Aircraft must meet detailed technical specifications, including passenger and cargo capabilities, speed, and range. Contractors must provide maintenance and avionics equipment, with strict requirements governing inspections, records, and contractor facilities. The solicitation outlines payment structures, including daily availability and flight rates, and addresses contract management and administrative procedures. Offerors must submit their proposals by the specified deadline, adhering to the specified format and attending a pre-proposal conference in Missoula, Montana.
    The National Interagency Fire Center, USDA Forest Service seeks proposals for a ten-year firm-fixed-price indefinite-delivery indefinite-quantity contract for National Smokejumper Aircraft Services. The contract aims to obtain multi-engine fixed-wing aircraft and qualified personnel for wildfire response and other public land administration tasks. Aircraft and crews must meet stringent performance, safety, and equipment standards. The contract encompasses a base year with nine optional years and allows for the potential introduction of new requirements and missions during its tenure. Offerors must submit their proposals by the deadline stated in the solicitation, with evaluations based on specified criteria. This procurement seeks to ensure the availability of well-maintained aircraft and proficient crews to support wildfire management and other public land operations.
    The file details a continuation of a government request for aircraft services, specifying an aircraft's technical details, pricing, and availability. It outlines a range of aircraft configurations, from smokejumper to passenger setups, emphasizing flight capabilities and associated costs. The focus is on aircraft performance, modifications, and additional equipment options, with pricing structured across base, option year 1, and option year 2. The RFP seeks a versatile aircraft capable of operating in diverse regions, including CONUS, Alaska, and Canada, with corresponding daily availability and pricing structures. Additionally, the document allows for the possibility of mission-specific upgrades, providing a comprehensive overview of the expected aircraft performance and associated costs.
    The file contains detailed performance and operational specifications for several aircraft offered by Performance Group. Each aircraft is evaluated based on takeoff and landing distances, climb gradients, and fuel efficiency. They are assessed for their suitability for smokejumper operations, including passenger and cargo capacities, and equipped with specialized SASES gear. The group provides comprehensive data on two aircraft models, one designed for 5,000-foot airports and ISA +22 temperature conditions, and another for 6,600-foot airports and ISA +25 conditions. The models are offered in different configurations, with varying weights, fuel capacities, and ceiling heights, along with detailed performance metrics for takeoff, cruise, and descent phases. Additionally, the file includes backcountry airstrip capabilities and emphasizes the aircraft's ability to operate from gravel, grass, or unimproved airstrips.
    The file contains three forms detailing aircraft weighing and equipment procedures. Form A lists approved aircraft equipment, including location, weight, and moment data, with notations on whether the item was on the aircraft during weighing. Form B records aircraft weighing details, including date, scaling readings, and fuel/oil quantities, and provides space to note any additional items and their contributions to the aircraft's weight and moment. This form also adjusts the aircraft's basic weight and calculates the CG. Form C tracks the continuous history of equipped weight, documenting changes over time, and providing current total equipped weight, CG, and moment information. These forms are essential for accurately recording and monitoring aircraft weight and balance data, ensuring safe operations and compliance with regulations.
    The file contains a series of questions and answers related to a forthcoming solicitation for smokejumper aircraft services for the US Forest Service. The Q&A session addresses clarification on various sections of the solicitation, including performance groups, aircraft requirements, maintenance, inspections, availability, and contract details. It provides insights into the evaluation criteria, emphasizing the LPTA source selection process and the guarantee of minimums for awarded contracts. The government aims to release the solicitation by June 2024, with operations set to begin in April 2025. The file also mentions a pre-solicitation Q&A session scheduled to help vendors prepare their responses.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    V--FW FIRE EU Utility (Fort Wainwright)
    Active
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Land Management (BLM), is preparing to solicit dedicated fixed-wing aircraft services at Fort Wainwright, Alaska, to support wildfire management and resource activities. The procurement requires two turbine aircraft that meet specific operational specifications, including minimum cargo capacity and passenger seating, with the intention of awarding one or two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for a five-year period starting around April 2025. This exclusive use of the aircraft is anticipated to occur from May to August each year, and the acquisition is designated as a 100% small business set-aside under NAICS code 481211. Interested bidders must be registered in the System for Award Management (SAM) and can submit written questions via email to Maya Maxies-Clemons at mayamaxies-clemons@ibc.doi.gov. The current contract for these services, held by Bridger Aerospace Group, LLC, is set to expire in September 2024, and the estimated total value of the incoming contract has not been specified.
    F--Exclusive Use Fixed Wing Single Engine Scooper Services
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is preparing to issue a presolicitation notice for Exclusive Use Fixed Wing Single Engine Scooper Services based at Fort Wainwright, Fairbanks, Alaska. The BLM requires four contractor-operated amphibious water-scooping aircraft that meet specific criteria, including a minimum tank capacity of 800 gallons and the capability to operate from remote gravel runways. These services are crucial for the BLM's Aviation Fire Service (AFS) to effectively manage fire suppression efforts during the fire season, which runs from May 20 to August 2 each year. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement lasting five years, with the solicitation expected to be issued around September 23, 2024. Interested contractors should contact Heather Sizick at heathersizick@ibc.doi.gov for further information.
    Klamath River Basin WCS, Rx Fire Engines
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the provision of water handling equipment, specifically Type 3 and Type 6 engines and tactical water tenders, to support prescribed fire implementation in the Klamath River Basin, California. The procurement aims to enhance wildfire risk management by providing essential resources for fire suppression activities, including preparation, ignition, and mop-up operations. This initiative is critical in addressing the high wildfire risks in the region and facilitating proactive forest management practices. Interested contractors must submit their proposals, including technical and price components, by the specified deadlines, with the contract performance period extending from September 30, 2024, to September 16, 2026. For further inquiries, contact Jacob Pipkin at jacob.pipkin@usda.gov.
    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.
    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.
    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.
    Firefighter Turnout Equipment
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for the procurement of firefighter turnout gear, including jackets, pants, and Nomex hoods, as part of a standardization initiative across its Pacific Southwest Region. This Request for Quotation (RFQ) numbered 127EAT24Q0039 aims to enhance firefighter safety and operational effectiveness by replacing outdated equipment with high-quality, compliant gear over a contract period from November 2024 to October 2029. Interested vendors must submit their technical and pricing proposals by September 16, 2024, and are encouraged to demonstrate their past performance and adherence to federal regulations. For further inquiries, potential bidders can contact Michael Johnson at michael.c.johnson@usda.gov.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360ER aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's fleet capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Proposals are due by 3:00 PM Central Time on October 9, 2024, and must be submitted electronically to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Polaris Ranger NorthStar Edition UTVs with Trade-in - El Dorado NF
    Active
    Agriculture, Department Of
    The USDA Forest Service is seeking proposals from qualified small businesses for the acquisition of two Polaris Ranger 1000XP NorthStar Edition Utility Task Vehicles (UTVs) for the El Dorado National Forest, with a trade-in of two older models. The procurement aims to fulfill specific operational needs for the fire crew, requiring UTVs that meet stringent engineering and safety standards, including HVAC capabilities and compatibility with existing Polaris accessories. This initiative underscores the importance of having uniform and reliable equipment for effective fire response operations. Interested vendors must submit their proposals by the specified deadline and ensure they are registered in the System for Award Management (SAM). The estimated total cost for the UTVs, after trade-in credits, is $57,208, and inquiries can be directed to Blaine Greenwalt at blaine.greenwalt@usda.gov.
    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.