F--Exclusive Use Fixed Wing Single Engine Scooper Ser
ID: 140D0424R0120Type: 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)
Timeline
  1. 1
    Posted Sep 23, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 20, 2024, 12:00 AM UTC
  3. 3
    Due Nov 7, 2024, 7:00 PM UTC
Description

The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide Exclusive Use Fixed Wing Single Engine Scooper Services to support its Aviation Fire Service operations in Fairbanks, Alaska. The procurement aims to secure four amphibious aircraft equipped for water scooping, along with necessary personnel and support equipment, for fire suppression efforts during a performance period from May 20 to July 30 each year, with options for extension. This contract is critical for enhancing fire management capabilities in remote areas of Alaska, ensuring effective aerial firefighting resources are available when needed. Interested parties must submit proposals by November 7, 2024, at 2:00 PM ET, and can direct inquiries to Heather Sizick at heather_sizick@ibc.doi.gov.

Point(s) of Contact
Files
Title
Posted
The document outlines the responses to questions regarding the Single Engine Scooper (SES) solicitation related to aerial firefighting operations issued by the federal government. Key topics include certification requirements, eligibility of Canadian operators, and clarifications on various technical and procedural aspects of the contract. Integral points include the confirmation that contractors must comply with 14 CFR Part 137, updates to equipment specifications, and clarifications on data monitoring requirements. Additionally, the solicitation has adjusted training and proficiency flight criteria, emphasizing safety protocol enhancements. The document highlights revisions aiming to improve clarity and practicality for bidders, such as allowing more flexibility in evaluation locations and insurance premium adjustments, while addressing concerns over compliance and competitiveness related to aircraft specifications and contractor capabilities. Ultimately, the RFP is focused on ensuring that contractors meet operational, safety, and documentation standards, streamlining the award process while enhancing the overall effectiveness of aerial firefighting operations.
The Department of the Interior's Bureau of Land Management (BLM) Aviation Fire Service (AFS) is preparing to issue a presolicitation notice for fixed-wing single-engine scooper services based at Fort Wainwright, Fairbanks, Alaska. The BLM seeks four contractor-operated amphibious water-scooping aircraft, which must meet specific minimum aircraft requirements outlined in the notice. These include having a Standard or Restricted Airworthiness Certificate, a minimum tank capacity of 800 gallons, and the ability to operate from remote gravel runways. The contract will involve an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement with fixed unit prices and will last five years, with an estimated exclusive use period from May 20 to August 2 each year. The solicitation is expected to be issued around September 23, 2024, and the current service provider is Aero Spray, Inc. The acquisition will adhere to Federal Acquisition Regulations and be open to all qualified bidders registered in the System for Award Management (SAM). This presolicitation serves to inform potential contractors about upcoming requirements and the associated terms of service.
Oct 20, 2024, 9:29 PM UTC
The document outlines wage determination guidelines under the Service Contract Act, issued by the U.S. Department of Labor. It specifies minimum wage rates applicable to federal contracts based on Executive Orders 14026 and 13658, which set pay rates for covered workers: $17.20 per hour for contracts effective January 30, 2022, and $12.90 per hour for earlier contracts not renewed post this date. The document details applicable wage rates for various occupations by region and highlights fringe benefits, including health and welfare, vacation, and holiday pay requirements for contractors. Furthermore, it addresses compliance protocols for unlisted employee classifications and variations in wage rates. The summary emphasizes the government's commitment to ensuring fair labor standards for federal contract employees while providing transparency in wage determinations and compliance measures. Additionally, the document notes that certain wage requirements are not enforced under specific conditions, including seasonal contracts in designated states. This information is crucial for contractors participating in federal RFPs and grants, ensuring they adhere to labor regulations and adequately compensate employees.
Oct 20, 2024, 9:29 PM UTC
The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor. It outlines minimum wage rates applicable to contractors working on government contracts, specifically detailing Executive Orders 14026 and 13658. For contracts initiated or renewed from January 30, 2022, the wage is a minimum of $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour. The document stipulates various provisions including fringe benefits for specific occupations like pilots and aerial photographers, paid sick leave for federal contractors, vacation entitlements, and holiday pay. It also includes guidelines for hazardous pay differentials and uniform allowances. Additionally, the process for classifying unlisted job roles via a conformance request is provided, emphasizing that the duties not covered under existing classifications must be reasonably grouped for wage determination. This file serves as an essential reference for contractors bidding on federal services, ensuring compliance with labor laws and proper remuneration practices, thereby contributing to fair labor standards in government contracting. It underscores the government's commitment to worker rights and proper compensation in federal contracts.
The document is a solicitation for exclusive use flight services involving single-engine, amphibious water-scooping aircraft for fire suppression operations in Alaska, specifically via an Indefinite Delivery Indefinite Quantity (IDIQ) contract with the Bureau of Land Management. The contract aims to secure four aircraft, along with necessary personnel and associated equipment, commencing operations around May 20 for a duration of 75 days each year. Key requirements include compliance with various aviation certifications, aircraft specifications (such as a minimum tank capacity of 800 gallons and operational capabilities), and a fully equipped flight crew comprising a primary pilot, relief pilot, and on-site mechanics. The document outlines operational parameters, including potential extensions of service, maintenance requirements, and safety procedures for both aircraft and personnel. Supporting details cover various contractual clauses, pricing schedules, and expected qualifications for pilots and support staff, emphasizing the necessity of establishing a cooperative relationship between the contractor and government entities. Overall, the solicitation reflects a structured approach to securing vital airborne resources for effective fire management in remote areas of Alaska, highlighting regulatory adherence and operational readiness.
Oct 20, 2024, 9:29 PM UTC
This document serves as an amendment to a federal solicitation for "Exclusive Use Fixed Wing Single Engine Scooper Fire Flight Services" to support the Bureau of Land Management (BLM) Aviation Fire Services, with operations based in Fairbanks, Alaska. The amendment addresses vendor inquiries and extends the proposal due date to November 7, 2024, at 2:00 PM ET. Key updates and responses to questions are provided in an attached document, highlighted for easy reference. Offerors must acknowledge this amendment and are reminded of submission requirements, including deadlines for inquiries. The period of performance for the contract runs from April 1, 2025, to March 30, 2030. The document stresses the importance of adhering to specified procedures for changes to offers and provides contact information for further clarifications.
Oct 20, 2024, 9:29 PM UTC
The document outlines a solicitation for exclusive use of single-engine water-scooping aircraft to support fire suppression operations by the Bureau of Land Management in Alaska, specifically at Fort Wainwright. The contract aims to secure four amphibious aircraft, equipped for water scooping, along with necessary personnel and support equipment. The performance period commences from May 20, 2025, lasting 75 days annually, with options for extension up to 180 days, contingent on federal funding. Contractors must adhere to strict aviation regulations, including safety, equipment maintenance, and qualifications of pilots and mechanics. The aircraft must meet specific operational capabilities such as carrying 800 gallons of water and being certified for airworthiness. Additional pay items for extra services, flexible scheduling, and reimbursement for contractor-provided fuel are outlined. The contractor is responsible for comprehensive maintenance procedures and must ensure effective communication systems during operation. This document serves as a formal Request for Proposal (RFP) detailing requirements and expectations for service providers in government firefighting efforts, emphasizing operational efficiency and safety compliance in managing aerial firefighting resources.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
FA500025Q0022- FIRE TRUCK ENGINE
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of a Cummins ISL9 CM2250 engine to replace the existing engine in a 2011 E-ONE P-33 aerial fire truck at Joint Base Elmendorf-Richardson (JBER), Alaska. The contractor is required to deliver the engine within 30 days of contract award, ensuring compliance with specific alterations to match original engine specifications, and to complete a core exchange within 90 days post-delivery. This procurement is critical for maintaining operational capabilities in firefighting equipment, and the government intends to award a firm-fixed-price contract based on the lowest price and technical acceptability. Interested vendors must submit their quotes by 12 PM AKST on April 30, 2025, and can direct inquiries to SSgt Gabriel Hughes at gabriel.hughes.1@us.af.mil or Hayley Prato at hayley.prato@us.af.mil.
UPGRADE FWA AFS KITCHEN FIRE SUPPRESSION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management's Alaska Fire Service, is soliciting proposals for the upgrade of the kitchen fire suppression system at Fort Wainwright, Alaska. This project aims to enhance safety by installing a modern wet chemical extinguishing system in compliance with UL-300, NFPA 17A, and NFPA 96 standards, necessitated by the transition to vegetable oils in food preparation. The procurement emphasizes the importance of effective fire safety measures in public cooking facilities, with proposals due by April 30, 2025, at 4:00 PM Alaska Daylight Time. Interested contractors must ensure compliance with federal acquisition regulations and are encouraged to contact Michael Stewart at mlstewart@blm.gov or 907-356-5774 for further details.
F--2025 BDFB HERBICIDE APPLICATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified contractors to provide herbicide application services for the 2025 Big Desert Fuel Break project in Idaho. This initiative aims to manage vegetation and reduce wildfire risks by applying herbicides over approximately 2,387 acres along designated roadside areas, with operations scheduled to commence on June 1, 2025, and conclude within ten days, weather permitting. The project is critical for enhancing fire management strategies and ecological health, reflecting the government's commitment to environmental stewardship and public safety. Interested contractors must submit their bids by April 28, 2025, and can contact Galby Celestin at gcelestin@blm.gov or 208-373-3958 for further details.
USCG TRANSPORTATION SUPPORT TO WESTERN ALASKA VILLAGES
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for transportation support to Western Alaska villages, effective from June 1, 2025, to May 31, 2030. The BPA will facilitate transportation services from Bethel, Alaska, to various remote villages, with a focus on ensuring compliance with the Statement of Work and demonstrating technical capability. This procurement is crucial for enhancing logistical support in underserved areas, thereby improving access to essential services for local communities. Interested contractors must submit their quotes by May 19, 2025, to both Johnathan Maro and Robbin Kessler, with all inquiries directed to Robbin Kessler by April 25, 2025.
V--Indefinite-Delivery, Indefinite Quantity (IDIQ) contract for Exclusive Use and
Buyer not available
The Department of the Interior, through the Interior Business Center (IBC), is preparing to issue a Request for Proposals (RFP) for an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract to provide rotary-wing aircraft flight services in support of the Naval Sea Systems Command (NAVSEA) Program Executive Office for Integrated Warfare Systems (IWS). This procurement will include one Exclusive Use multiengine medium lift helicopter and one On-Call helicopter, both of which must meet specific military specifications and FAA regulations, with services aimed at transporting personnel and cargo, as well as supporting military operations. The contract is structured for a maximum performance period of five years, consisting of a 12-month base period followed by four 12-month options, with the RFP expected to be released around May 1, 2025, and submissions due by June 1, 2025. Interested contractors should contact Homer Shoup at homershoup@ibc.doi.gov or call 571-560-0003 for further details.
TWIN FALLS FUELS AERIAL GRASS & SHRUB SEEDING
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals from small businesses for the 2025 TFD Fuels Aerial Grass & Shrub Seeding project in Idaho. This procurement involves aerial seeding across approximately 16,340 acres of designated land, focusing on grass and sagebrush to support fuel management and environmental restoration efforts. The project is critical for enhancing land stewardship and ecological balance in the Twin Falls District, with contractors required to adhere to specific operational protocols and utilize advanced navigation systems for accurate seed distribution. Proposals must be submitted by May 2, 2025, with a contract start date of September 22, 2025, and interested parties can contact Charles Dodson at cdodson@blm.gov or 208-769-5008 for further information.
AK-RES AGNT IN CHRG-Pipe, Drywall, and Outside Gra
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is soliciting proposals for a construction contract to repair pipes, drywall, and perform outside grading at a site in Fairbanks, Alaska. The project, estimated to cost between $25,000 and $100,000, requires contractors to submit sealed bids by May 12, 2025, with work expected to commence by May 19, 2025, and be completed by June 30, 2025. This initiative is crucial for maintaining government infrastructure and ensuring the safety and efficacy of public works projects. Interested contractors should direct inquiries to Jessica Tines at jessicatines@fws.gov for further details.
UTV Winnemucca - Wilder
Buyer not available
The Bureau of Land Management (BLM) is seeking proposals for a new utility task vehicle (UTV) side by side (SXS) to support fire operations in remote areas, specifically through solicitation number 140L3925Q0039. The UTV must accommodate six passengers, feature a 70 hp gasoline engine, and possess 4WD capabilities, along with a robust design that includes a Roll Over Protection System (ROPS), significant payload and towing capacities, and all-terrain tires. This procurement is crucial for enhancing operational efficiency and safety in fire suppression and management missions, reflecting the BLM's commitment to effective environmental management. Proposals are due by 11:59 PM on May 7, 2025, with delivery expected by June 1, 2025, and interested parties can contact Matthew Bernard at mbernard@blm.gov or 775-861-6420 for further information.
Glennallen Field Office (GFO) Campground Janitoria
Buyer not available
The Bureau of Land Management (BLM) in Alaska is seeking proposals for janitorial services at the Glennallen Field Office Campground, under Solicitation 140L6325Q0018. The contract requires the maintenance of cleanliness and safety in various campgrounds and waysides, with services including garbage removal, cleaning of bear-proof garbage cans, and servicing outhouse units, all while adhering to health standards and OSHA regulations. This initiative is crucial for enhancing visitor experiences in natural areas and ensuring compliance with federal labor standards. Interested small businesses must submit their offers by April 30, 2025, and can direct inquiries to Kristina Maldonado at kmaldona@blm.gov or by phone at 907-271-3208.
T--Photography/ Videography BPA Set Up 2025-2028
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for a Blanket Purchase Agreement (BPA) to provide photography and videography services from May 2025 through April 2028. The objective is to capture various aspects of the BLM Fire program, including wildland fire activities, fuels management projects, and fire preparedness efforts, with a focus on producing high-quality media suitable for public dissemination. This initiative is crucial for enhancing public awareness and communication regarding the BLM's fire management efforts, ensuring that all content produced remains under government ownership. Interested small businesses must submit their proposals, including hourly pricing and service offerings, by May 5, 2025, and can direct inquiries to Miranda Schindel at mjschindel@blm.gov or by phone at 208-387-5431.