F--Exclusive Use Fixed Wing Single Engine Scooper Services
ID: 140D0424R0120Type: Presolicitation
AwardedDec 30, 2024
$30.1M$30,100,000
AwardeeAero Spray Inc 50 W SORENSON AVE Appleton MN 56208 USA
Award #:140D0425D0004
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
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Interior, Department Of The
    The Department of the Interior is seeking proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services to support the Bureau of Indian Affairs (BIA) at Bemidji, Minnesota. The contract will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated exclusive use period during the fire season from April 5 to June 3. This procurement is critical for effective fire suppression operations, requiring a SEAT aircraft with specific performance capabilities and qualified personnel. Interested small businesses must submit their proposals by December 30, 2025, at 1300 PS, and can direct inquiries to Shay Roadruck at shayroadruck@ibc.doi.gov or by phone at 571-513-3226.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Interior, Department Of The
    The Department of the Interior, through the Bureau of Indian Affairs (BIA), is seeking proposals for Exclusive Use Type III Helicopter Flight Services to support operations in Window Rock and Whiteriver, Arizona. The contract will provide essential helicopter services for various missions, including fire suppression, law enforcement surveillance, and administrative activities, with a performance period from March 1, 2026, to February 28, 2031. Contractors must supply and maintain helicopters that meet specific operational requirements, including a minimum payload capacity and FAA certifications, ensuring readiness for government control 24/7. Interested small businesses must submit their proposals by January 7, 2026, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    Birches Remedial Action, Demolition, And Groundwater Monitoring
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors for the Birches Remedial Action, Demolition, and Groundwater Monitoring project in Tanana, Alaska. The project involves the removal of contaminated soils, including PCB, lead, and petroleum-impacted materials, from the Engine Generator Building site, as well as the demolition of concrete foundations and groundwater monitoring. This work is critical for environmental remediation and compliance with state cleanup standards, with operations expected to take place in 2026 and/or 2027 due to the remote location and logistical challenges. Interested 8(a) certified vendors must submit their capability statements and relevant information to Sonia Holguin at sonia.o.holguin@faa.gov by December 19, 2025, at 12:00 PM Central Time to be considered for the upcoming solicitation.
    Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (ICEX 2026 Operation Ice Camp Air Charter Services)
    Dept Of Defense
    The U.S. Department of Defense, through the United States Transportation Command (USTRANSCOM), is seeking proposals from qualified contractors to provide air charter services for the Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory in support of ICEX 2026 Operation Ice Camp. The procurement involves four distinct Contract Line-Item Numbers (CLINs) for various aircraft types, including ski-wheel equipped aircraft for pioneering landings, a rear-loading aircraft for personnel and cargo, and rotary-wing aircraft for helicopter services, with operations scheduled between mid-February and the end of March 2026. This opportunity is critical for facilitating Arctic operations, emphasizing the need for contractors with experience in similar environments and capabilities to meet specific technical requirements. Proposals are due by January 5, 2026, at 12:00 Noon CST, and must be submitted electronically to Brenda Marshall at brenda.l.marshall10.civ@mail.mil.
    Request for Information about Commercially Available Helicopter Services in Alaska.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 3 Portsmouth, is seeking information regarding commercially available helicopter services in Alaska through a Request for Information (RFI). The Coast Guard requires aircraft services capable of providing unscheduled transits to and from remote, unmanned sites, with specific performance specifications including the ability to carry a minimum of 500 pounds, conduct external sling loads, and operate under daytime Visual Flight Rules. This procurement is crucial for supporting operations in Alaska, particularly during the months of April to November, with potential winter operations as weather permits. Interested vendors should submit their capabilities briefs, including company details and service descriptions, to Dr. Vaughn Hammond at vaughn.m.hammond@uscg.mil, as no solicitation currently exists and responses will inform future requirements.
    OTB SPE60523P6093 JA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking a contractor to deliver 53,000 gallons of DS1 fuel oil to Sparrevohn Long Range Radar Site (LRRS) in Fairbanks, Alaska. The delivery is required by air between December 19, 2022, and January 31, 2023, and the contractor must contact Sparrevohn prior to delivery to confirm any specific or special requirements. This procurement is critical for maintaining operational capabilities at the radar site, ensuring that fuel supplies are readily available for military operations. Interested parties can reach out to Sandra A. Smallwood at sandra.smallwood@dla.mil or by phone at 804-774-0904 for further details.
    TWO ATVS FOR IFD LE
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Idaho State Office, is seeking to procure two new 2026 Polaris Sportsman 570 ATVs, along with the trade-in of two 2006 Yamaha YFM660 ATVs. This procurement is a small business set-aside under NAICS code 336999, aimed at enhancing the operational capabilities of the BLM's Idaho Falls District Office. The ATVs are essential for various land management activities, ensuring efficient transportation and access in rugged terrains. Quotes for this opportunity are due by December 22, 2025, at 11:00 A.M. MST, and must be submitted via email to Thomas Parsons at tparsons@blm.gov. Offerors are required to be registered in SAM.gov, and the solicitation includes specific FAR clauses and electronic invoicing requirements.
    J--Helicopter maintenance services
    Interior, Department Of The
    The Department of the Interior, through the Interior Business Center (IBC), is seeking qualified contractors to provide helicopter maintenance services for Government-owned aircraft supporting the U.S. Park Police in Washington, DC. The procurement will result in a single-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, covering a five-year ordering period from April 1, 2026, to March 31, 2031, with a potential six-month extension. These services are critical for ensuring the operational readiness and safety of the aircraft, encompassing scheduled and unscheduled maintenance, inspections, repairs, painting, engineering services, parts manufacturing, and overhauls of airframes and engines. Interested parties should note that the anticipated solicitation release date is December 19, 2025, with proposals due by January 19, 2026, and must be registered in SAM.gov to participate in this full and open competition under NAICS code 488190. For further inquiries, contact Justin Kondeff at justinkondeff@ibc.doi.gov.
    V--Industry Day - Air Tactical Group Supervision
    Interior, Department Of The
    The Department of the Interior (DOI), through its Acquisition Services Directorate, is hosting an Industry Day to gather information from qualified vendors for the Air Tactical Group Supervisor (ATGS) mission in wildland fire fighting. This event aims to facilitate market research and industry engagement for a new 10-year Multiple Award Contract, which will replace existing single-award contracts, and will cover essential services such as aerial fire reconnaissance and law enforcement surveillance. The Industry Day is scheduled for November 18, 2025, from 8:00 AM to 12:00 PM (MST) at the Best Western Vista Inn at the Airport in Boise, Idaho, with one-on-one meetings available from November 18-20, 2025. Interested parties must RSVP by November 7, 2025, and submit any questions or comments regarding the draft specifications by November 12, 2025, to Angelina Clements at angelinaclements@ibc.doi.gov.
    52000QR260001472 USCGC BAILEY BARCO FM200 AND GALLEY HOOD INSPECTION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to conduct inspection and testing of the fire suppression systems aboard the CGC Bailey Barco, including five-year visual inspections for six FM200 cylinders and hydrostatic testing of the galley system. This procurement is critical for ensuring the operational readiness and safety compliance of the cutter's fire suppression systems, adhering to established maintenance procedures and industry standards. Interested vendors must have trained personnel with relevant experience in marine Chemetron Fire Systems and are required to submit their proposals by December 17, 2025, with the work to be completed by December 30, 2025. For further inquiries, vendors can contact Timothy Ford at timothy.s.ford@uscg.mil or Joshua Miller at joshua.n.miller@uscg.mil.