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
H--Fire Protection Sys Inspect/Test - 12 AK Parks
Buyer not available
The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide fire protection systems inspection and testing services across 12 national parks in Alaska. The primary objective of this procurement is to ensure that fire safety systems are operational and compliant with National Fire Protection Association standards, thereby enhancing public safety and emergency preparedness within these facilities. This contract, which is set aside for small businesses, will span until October 31, 2025, and includes provisions for annual inspections, immediate reporting of deficiencies, and coordination with monitoring services. Interested vendors must submit their proposals by April 24, 2025, and can direct inquiries to Ronald Bunch at ronaldbunch@nps.gov or by phone at 907-201-7719.
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.
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 at the National Interagency Fire Center from May 2025 to April 2028. The objective is to document various aspects of the BLM Fire program, including wildland fire activities, preparedness drills, and fuels management practices, with a focus on producing high-quality media suitable for national broadcast. This initiative is crucial for enhancing public awareness of the BLM Fire program and ensuring compliance with federal safety and operational standards. Interested small businesses must submit their proposals, including pricing and service offerings, by the specified deadlines, and can direct inquiries to Miranda Schindel at mjschindel@blm.gov or by phone at 208-387-5431.
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.
Alaska Commuter Passenger Services
Buyer not available
The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Alaska Commuter Passenger Services, specifically aimed at providing air transportation for military and government personnel within Alaska. Contractors are required to ensure compliance with FAA regulations while supplying all necessary personnel, equipment, and services, including scheduled flight operations primarily connecting Joint Base Elmendorf-Richardson and Eareckson Air Force Station, with a minimum of twelve passengers per flight. This contract is crucial for maintaining operational readiness and supporting military operations across Alaska, with a performance period from October 1, 2025, to September 30, 2030, and options for extensions. Interested parties should contact Tyler Gilmore at tyler.r.gilmore2.civ@mail.mil or Barbara L. Wolf at barbara.l.wolf11.civ@mail.mil for further details, and must adhere to the submission requirements outlined in the RFP and its amendments.
Herbicide Application Services at the Chena River Lakes Flood Control Project, North Pole, Alaska
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide herbicide application services at the Chena River Lakes Flood Control Project located in North Pole, Alaska. The procurement aims to manage vegetation effectively to ensure the operational integrity of the flood control project, which is crucial for local flood management and environmental maintenance. This opportunity is a 100% Total Small Business Set-Aside, emphasizing the importance of local business participation, and interested contractors must submit their quotations by 2:00 p.m. Alaska Time on April 15, 2025. For further inquiries, potential bidders can contact Ernest Woods at ernest.l.woods@usace.army.mil or Tom Green at tom.green@usace.army.mil.
AK-KENAI NWR-ROAD REPAIR (EQUIP) RENTAL
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking quotes from qualified small businesses for the rental of heavy equipment necessary for road repairs at the Dolly Varden Lake Campground in Sterling, Alaska. The project involves rehabilitating 0.5 miles of gravel road, which includes addressing drainage, vegetation, and ensuring fish and wildlife passage, with the performance period set from May 28, 2025, to June 28, 2025. This procurement is critical for maintaining accessibility and safety within the Kenai National Wildlife Refuge while enhancing wildlife habitats. Interested vendors must submit their quotations by April 21, 2025, and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award consideration. For further inquiries, contact Thomas Ikner at thomasikner@fws.gov.
FY25 PNW FIA Kenai On Grid Plots
Buyer not available
The Department of Agriculture, specifically the Forest Service under the Rocky Mountain Research Station, is seeking proposals for the "FY25 PNW FIA Kenai On Grid Plots" project, which involves locating, remeasuring, and installing Forest Inventory and Analysis (FIA) sample plots in the Kenai area of Alaska. The contractor will be responsible for providing all necessary labor, equipment, and logistics, while ensuring digital delivery of data in accordance with established protocols. This project is crucial for systematic forest inventory efforts, contributing to environmental monitoring and resource management in Alaska's coastal regions. The total budget ceiling for this contract is $11.5 million, with proposals due by May 5, 2025, and the performance period running from June 1, 2025, to September 30, 2025. Interested parties can contact Anthony O Salas at anthony.salas@usda.gov for further information.
AICRAFT SCOOP
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of aircraft scoops under solicitation SPRTA1-25-R-0123. This opportunity involves a three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for a firm-fixed-price arrangement, with an estimated total quantity of 90 units to be delivered in three annual increments of 30 units each, specifically for the B-1 aircraft. The procurement emphasizes compliance with stringent military standards, including packaging and marking requirements, and mandates that all interested vendors adhere to qualification standards and export control regulations. Interested parties should contact David Garcia at (405) 739-5501 or via email at david.garcia.59@us.af.mil, with proposals due by May 9, 2025, following the recent amendment to the solicitation.