V--FW FIRE EU Utility (Fort Wainwright)
ID: 140D0424R0103Type: Presolicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Nonscheduled Chartered Passenger Air Transportation (481211)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER AIR CHARTER (V221)
Timeline
    Description

    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 maya_maxies-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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior, through the Bureau of Land Management (BLM), is preparing to solicit for dedicated fixed-wing aircraft services at Fort Wainwright, Alaska, to support various missions including wildfire management and resource activities. This presolicitation notice indicates that proposals are not currently being requested, as it serves to prepare bidders for an upcoming solicitation. The project requires two turbine aircraft compliant with multiple operational specifications, including a minimum cargo capacity, passenger seating, and specific performance metrics. The solicitation will result in either one or two Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a five-year ordering period, beginning around April 2025. It is anticipated that the exclusive use of the aircraft will take place from May to August each year. 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 are invited to submit written questions via email. The existing contract for these services, currently held by Bridger Aerospace Group, LLC, is set to expire in September 2024, and the estimated total value of the incoming contract is not specified.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    212 RQS - Snowmachines
    Active
    Dept Of Defense
    The Department of Defense, through the Army's 176th MSG/MSC, is seeking proposals from qualified small businesses for the procurement of snowmachines, specifically Ski-Doo's Skandic LE and Lynx's Brutal RE, for use at Joint Base Elmendorf-Richardson in Alaska. The solicitation includes specific technical requirements for the snowmachines and emphasizes that all items can be "brand name or equal," allowing for competitive bidding. This procurement is crucial for ensuring operational readiness in snowy conditions, and proposals will be evaluated based on technical acceptability, price, and past performance. Interested vendors must submit their proposals by September 18, 2024, at 10:00 a.m. Alaska Time, and can direct inquiries to SMSgt Zachary Gowin at zachary.gowin.2@us.af.mil or by phone at 907-551-0246.
    V--Special Notice for Tentative Industry Day - Alaska
    Active
    Interior, Department Of The
    The Department of the Interior (DOI) is hosting a Special Notice for a Tentative Industry Day focused on the Alaska Fixed Wing and Helicopter On Call programs. This event aims to engage potential vendors through presentations and a Q&A session, scheduled for October 17, 2024, in Anchorage and October 21, 2024, in Fairbanks, Alaska. The initiative is crucial for facilitating industry engagement in aviation services, ensuring compliance and communication with prospective offerors in the government contracting process. Vendors are limited to two representatives each, with RSVPs due by September 30, 2024, and inquiries accepted until October 9, 2024. For further information, interested parties can contact Heather Sizick at heathersizick@ibc.doi.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.
    673 LRS Toolcat Bobcat
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide a Bobcat Toolcat Utility Work Machine, along with necessary attachments, for operations at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement includes a machine with a minimum 60-horsepower engine, all-wheel power steering, and a cargo bed capacity of at least 2,000 lbs, essential for supporting aircraft operations through snow removal and material handling. This acquisition is critical for maintaining operational readiness and efficiency at the base, with a delivery deadline set for December 31, 2024. Interested vendors should submit their quotes, including pricing and technical compliance, to Joseph Ford at joseph.ford.21@us.af.mil or Beau Burton at beau.burton@us.af.mil, ensuring adherence to federal acquisition regulations.
    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.
    FDO HAZARDOUS FUELS REMOVAL EQUIPMENT RENTAL
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is seeking to rent various skid steer attachments for fire and fuels vegetation management in San Juan County, New Mexico. This procurement involves a non-personnel services contract for the rental of equipment, with a base period of 12 months and four one-year option periods, commencing on October 1, 2024. The rental services are critical for effective resource management and compliance with safety and environmental regulations. Interested contractors must submit their quotes by September 23, 2024, by 4:00 p.m. Mountain Time, to Audrey Whetham at awhetham@blm.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) and CAGE code.