F--Exclusive Use Fixed Wing Single Engine Scooper Services
ID: 140D0424R0120Type: Presolicitation
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 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 heather_sizick@ibc.doi.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    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.
    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.
    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 management in the Klamath River Basin. The procurement aims to enhance wildfire risk reduction efforts in areas identified as high-risk for wildfires, necessitating the provision of qualified personnel, equipment, and materials to meet contract specifications. This initiative is crucial for implementing large-scale prescribed fire projects, which are essential for forest health and resilience in the region. Interested contractors must submit their proposals by August 16, 2024, and can direct inquiries to Jacob Pipkin at jacob.pipkin@usda.gov. The contract is set aside for small businesses, with a performance period extending until September 16, 2026.
    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.
    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.
    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.
    212 RQS - Advanced Rescue Crafts (ARCs)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking proposals from small businesses for the procurement of Advanced Rescue Crafts (ARCs), including Yamaha Waverunner FX Cruiser SVHO and a Triton Elite Series trailer, to support pararescue operations in Alaska. The solicitation emphasizes the need for watercraft with advanced stability features, adequate seating capacity, and enhanced visibility colors, which are critical for effective operations in harsh environments. This procurement is part of a sole-source acquisition strategy due to the unique characteristics of the Yamaha products currently in use, ensuring interoperability and operational efficiency. Proposals must be submitted by 10:00 a.m. Alaska Time on September 19, 2024, and interested parties can direct inquiries to Zach Gowin at zachary.gowin.2@us.af.mil or call 907-551-0246.
    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.
    F--MT-CHARLES M RUSSELL-AERIAL HERBICIDE TR
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service intends to award a sole source contract to AV8-Orr Helicopter Services Inc for aerial herbicide application services targeting Japanese brome infestations in sagebrush rangelands at the Charles M Russell National Wildlife Refuge and UL Bend National Wildlife Refuge. The contract aims to utilize AV8-Orr's local expertise and proven capability in precise herbicide application, which is critical for managing invasive species in these sensitive habitats. Interested parties who believe they can fulfill the requirements are invited to submit a statement of capabilities to Lydia Patrick at lydiapatrick@fws.gov, with no reimbursement for costs incurred in response to this notice. The NAICS code for this opportunity is 115112, with a small business size standard of $9.5 million.