National Light Fixed Wing - Multiple Award Task Order Contract (NLFW MATOC) Reopen
ID: 1202SA25R9402Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEINCIDENT PROCUREMENT AVIATION BRANCHBoise, ID, 837055354, USA

NAICS

Nonscheduled Chartered Passenger Air Transportation (481211)

PSC

NATURAL RESOURCES/CONSERVATION- FOREST-RANGE FIRE SUPPRESSION/PRESUPPRESSION (F003)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Agriculture, specifically the Forest Service's Incident Procurement Aviation Branch, is seeking qualified contractors for the National Light Fixed Wing - Multiple Award Task Order Contract (NLFW MATOC) Reopen. This solicitation aims to procure Call When Needed fixed-wing aircraft operated by proficient personnel for various missions, including firefighting support, aerial supervision, and resource reconnaissance, with a focus on safety and compliance with federal regulations. The contract, which spans a 10-year period from 2025 to 2033, is critical for enhancing support during fire incidents and ensuring the protection of public lands. Proposals are due by November 3, 2024, and interested parties can contact Matt Morris at matthew.morris@usda.gov or 208-749-1603 for further information.

    Files
    Title
    Posted
    The solicitation from the National Interagency Fire Center seeks qualified offerors for the 2023 National Fixed Wing Services Multiple Award Task Order Contract (MATOC) for firefighting support. Issued on February 15, 2023, the RFP outlines requirements for contractors to provide fixed-wing aircraft services. Proposals are due by November 3, 2024, with a preproposal conference scheduled for November 5-7, 2024. The contract covers a 10-year period (2025-2033) and aims to enhance support during fire incidents, including aerial supervision and resource reconnaissance using various mission profiles. Offerors must meet specific qualifications, including pilot experience and aircraft specifications, to ensure operational readiness across multiple missions such as fire mapping and aerial observation. The contract prioritizes safety and compliance, emphasizing non-discrimination and federal regulation adherence throughout the selection process. The RFP is a reopening of an existing contract, allowing for new proposals while ensuring continuity of vital firefighting support services.
    The document outlines a Request for Proposal (RFP) regarding aviation services, detailing the specifications and requirements for vendors in providing aircraft capabilities for various operational missions. Key information includes aircraft specifications such as make, model, year, weight, seating, fuel consumption, and service availability hours for the years 2025 and 2026. The document presents a structured format for acquiring air tactical services, incorporating different mission codes with their respective purposes, ranging from incident awareness to fire detection and reconnaissance operations. Additionally, it specifies optional services such as pilot rates, mission sensor operators, and satellite communication rates, both for domestic and international operations in regions including CONUS, Alaska, Canada, and Mexico. The RFP emphasizes the need for detailed pricing structures and service availability to facilitate government agencies in selecting suitable vendors capable of fulfilling varied aviation mission objectives. The document reflects the government’s commitment to ensuring efficient and reliable aviation support in critical missions, prioritizing safety and mission readiness.
    The document outlines the Weight and Balance Form, part of the federal government’s requirements for aircraft weight management under the RFP 1202SA22R9102 P001 NLFW MATOC. It consists of three forms: Form A, detailing a list of approved equipment with specific information about weight and moment related to aircraft stability; Form B, which serves as the Aircraft Weighing Record including scale readings and adjusted weight details; and Form C, maintaining a continuous history of changes in equipped weight post-weighing. Each form specifies the necessary data points such as vendor, registration number, weight readings, and the professionals involved in the weighing process. The structured format ensures compliance with aviation safety and operational standards by accurately tracking the weight dynamics of aircraft. Overall, the document serves to maintain safety standards by ensuring that all weight adjustments are meticulously recorded and assessed, crucial during aircraft operations. This system is vital for adherence to federal regulations concerning aircraft weight and balance, reflecting the ongoing commitment to aviation safety and efficiency within government contracting contexts.
    The document outlines the qualifications and approval record required for airplane pilots, primarily focusing on details necessary for government contracts related to aviation services. It includes sections for collecting pilot information such as name, contact details, employment history, medical certifications, and flight experience. Key elements include the necessity for verifying FAA flight checks across various aircraft types and operations, emphasizing the requirement for sufficient experience in specific mission types, such as aerial photography, fire detection, and resource reconnaissance. Additional documentation, such as pilot certificates, medical records, and accident history, is mandated to ensure compliance with regulatory standards. This record serves as a formal requirement for vendors seeking contracts with government agencies, ensuring that all pilots meet the operational standards necessary for the execution of specialized aerial missions. The structure maintains a logical flow, leading from personal and professional pilot information to required qualifications and supporting documentation, indicating rigorous safety and competence standards expected of aviation personnel engaged in public service contracts.
    The document serves as a request for proposals (RFP) detailing various aircraft specifications and performance metrics required for missions. Each mission outline includes the offeror's company information, basic aircraft attributes (such as FAA registration number, weight limitations, and fuel capacity), as well as a comprehensive breakdown of mission-related data—covering takeoff weights, fuel burn rates, and times for climbs, cruising, descent, and approach. The structure emphasizes critical performance measures for different operational scenarios (e.g., climbing to altitude, cruising distances, loitering, and landing), providing data points essential for ensuring aircraft suitability for specific missions. Each mission is evaluated under varied environmental conditions, demonstrating a focus on adaptability for different operational needs. This synthesis is relevant to government RFPs as it defines stringent performance criteria for aviation contractors aiming to secure funding or contracts, ensuring compliance with safety and operational standards in federal and local contexts. The detailed nature of the information outlined reflects a significant emphasis on meticulous planning and execution for successful mission deployment.
    The Avionics Requirements Worksheet is a crucial document required for proposals related to aircraft offerings as per the B-6 Avionics Requirements. It outlines necessary avionics equipment based on various mission categories, allowing vendors to specify equipment availability for each offered aircraft, including the aircraft tail number and vendor details. Key elements include the listing of VHF-AM and VHF-FM radios, audio systems, navigation systems, surveillance systems, and general systems, each accompanied by binary options for features such as standby frequency monitoring, audio indicators, and GPS certification. The worksheet emphasizes specific requirements like automated flight following, ADS-B, and various display and charging facilities. The structure of the document is systematic, facilitating easy identification of equipment compatibility with mission needs. This worksheet serves as a standardized tool for ensuring compliance with avionics specifications in government contracts, thereby supporting the objective of operational safety and mission effectiveness in aviation services.
    Similar Opportunities
    National Light Fixed Wing - Multiple Award Task Order Contract (NLFW MATOC) Reopen
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service's Incident Procurement Aviation Branch, is reopening the National Light Fixed Wing - Multiple Award Task Order Contract (NLFW MATOC) to onboard additional vendors. This procurement aims to award multiple Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for fixed-wing aircraft, which must be operated by qualified personnel and equipped to meet specified requirements, with a contract duration of two years and options for additional multi-year extensions totaling up to nine years. These aircraft services are crucial for natural resource conservation efforts, particularly in forest and range fire suppression and presuppression activities. Interested parties can contact Matt Morris at matthew.morris@usda.gov or 208-749-1603, or Amelia Velasco at amelia.velasco@usda.gov or 208-569-8238 for further details.
    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.
    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 seeking contractors to provide fixed-wing fire exclusive use utility flight services at Fort Wainwright, Alaska. The procurement requires the provision of two fully operable aircraft for a 120-day exclusive use period each year, from May 1 to August 28, with a contract term running from April 1, 2025, to March 31, 2030. This service is critical for supporting fire management and resource operations in Alaska, ensuring effective response capabilities during the fire season. Interested vendors must submit their proposals by November 13, 2024, at 2:00 PM ET, and can direct inquiries to Maya Maxies-Clemons at mayamaxies-clemons@ibc.doi.gov.
    F--Exclusive Use Fixed Wing Single Engine Scooper Ser
    Active
    Interior, Department Of The
    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 heathersizick@ibc.doi.gov.
    UNITED STATES FOREST SERVICE, INTERMOUNTAIN REGION 4, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC
    Active
    Agriculture, Department Of
    The United States Department of Agriculture's Forest Service is seeking qualified contractors for the Road and Bridge Construction Services Multiple Award Task Order Contract (MATOC) in the Intermountain Region 4, specifically focused on road and bridge construction and related services. The procurement includes a range of activities such as the repair and construction of various types of roads, bridges, culverts, and aquatic passages, with a total small business set-aside and a minimum of ten contracts anticipated to be awarded. This initiative is crucial for maintaining and enhancing infrastructure within national forests, ensuring both public accessibility and environmental stewardship. Interested vendors are encouraged to participate in scheduled site visits from October 9 to October 17, 2024, to familiarize themselves with the project locations, and must direct inquiries to Paul Larsen at paul.larsen@usda.gov. The full solicitation is expected to be available in fall 2024, with task orders ranging from $2,000 to $3,000,000 and a shared ceiling limit of $50,000,000 for all orders.
    UNITED STATES FOREST SERVICE, ROCKY MOUNTAIN REGION 2, ROAD AND BRIDGE CONSTRUCTION SERVICES MATOC
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service, Rocky Mountain Region 2, is seeking qualified contractors for road and bridge construction services through a Multiple Award Task Order Contract (MATOC). The procurement involves an Indefinite Delivery-Indefinite Quantity (IDIQ) contract for various construction projects, including the replacement of bridges and culverts, roadway reconditioning, and related services across USFS Region 2. This initiative is crucial for maintaining and enhancing infrastructure within national forests, ensuring safe access for both public and forestry operations. Interested vendors must register in the System for Award Management (SAM.gov) and are encouraged to attend scheduled site visits for seed projects, with the full solicitation anticipated to be available in late July 2024. For inquiries, contact Paul Larsen at paul.larsen@usda.gov.
    Rotorwash IRSC
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking market information through a Request for Information (RFI) for the Rotorwash Integrated Resource Service Contract (IRSC) in the Okanogan Wenatchee National Forest, focusing on the Methow Valley Ranger District in Washington. The objective of this procurement is to enhance forest resilience against wildfire and disease while improving overall forest health through commercial thinning, fuels reduction, and fireline construction across approximately 550 acres, with an additional 450 acres available for optional treatments. This initiative is part of the Forest Service's commitment to utilizing stewardship contracts to meet local community needs and effectively manage public lands. Interested parties must respond to the RFI by November 13, 2024, and are encouraged to participate in a pre-proposal site visit scheduled for October 23, 2024, to discuss project details and operational requirements. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or call 605-415-9057.
    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.
    On Call Type III Helicopter flight services for Ae
    Active
    Interior, Department Of The
    The Department of the Interior is soliciting proposals for On Call Type III Helicopter flight services to support the Aerial Capture, Eradication, and Trapping of Animals (ACETA) and Wild Horse and Burro (WH&B) programs. The procurement aims to establish Blanket Purchasing Agreements (BPA) with qualified contractors who can provide specialized helicopter services, ensuring compliance with FAA regulations and safety standards while meeting defined performance criteria for various mission types. This initiative is crucial for effective wildlife management and environmental conservation efforts, promoting small business participation, including those owned by service-disabled veterans, HUBZone, and women-owned entities. Interested parties must submit their proposals by October 2, 2024, for a contract period running from May 1, 2025, to April 30, 2030. For inquiries, contact Shay Roadruck at shayroadruck@ibc.doi.gov or call 571-513-3226.
    2025-2030 National Mobile Food Service Unit (MFSU) IDIQ
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking qualified vendors to provide National Mobile Food Service Units (MFSUs) through a presolicitation notice for the period of 2025-2030. The procurement aims to secure comprehensive catering solutions for various events and emergencies, particularly in support of wildland fire operations, emphasizing the need for flexibility, scalability, and rapid mobilization of food services. This initiative is critical for ensuring effective logistical support and high-quality food service delivery during both planned operations and emergency responses. Interested vendors must submit their questions and comments by November 4, 2024, to the designated email, and are encouraged to participate in the presolicitation conference scheduled for July 31, 2024, in Boise, ID. For further inquiries, Dana Price can be contacted at dana.price2@usda.gov or (703) 431-6656.