V--FY26 BLM EU FW Alaska Smokejumper Re-Compete
ID: 140D0425R0130Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Nonscheduled Chartered Passenger Air Transportation (481211)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER AIR CHARTER (V221)

Set Aside

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

    The Department of the Interior, Bureau of Land Management (BLM), is soliciting proposals for exclusive use fixed-wing smokejumper flight services in Alaska, specifically requiring two multi-engine aircraft. The contract aims to support natural resource management and fire suppression activities, necessitating 120 calendar days of aircraft availability each year over a five-year period from March 1, 2026, to February 28, 2031, with a potential six-month extension. This service is crucial for deploying airborne firefighters, delivering paracargo, and transporting personnel and cargo, with operations expected to be conducted 24/7 during the exclusive use period. Interested contractors must submit proposals by November 19, 2025, at 14:00 CT, and can direct inquiries to Lynn Herrman at lynn_herrman@ibc.doi.gov or by phone at 571-370-5750.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior (DOI) is seeking proposals for exclusive use, fixed-wing flight services to support smokejumper operations for the Bureau of Land Management (BLM) at Fort Wainwright, Alaska. This pre-solicitation notice outlines the requirement for two multi-engine, turboprop airplanes for smokejumper and paracargo operations, reconnaissance, and transportation in challenging Alaskan environments, including low-level flights and remote field camp lodging. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed unit price contract with an estimated five-year ordering period from March 1, 2026, to February 28, 2031. The solicitation, a 100% small business set-aside under NAICS code 481211, is anticipated to be issued around October 15, 2025, with a closing date of November 19, 2025. Contractors must possess an FAA Air Carrier Certificate and have a Standard Airworthiness Certificate with engineering support. Vendors must be registered in SAM to submit a proposal.
    The Bureau of Land Management (BLM) Alaska Fire Service (AFS) requires two fixed-wing, multi-engine aircraft for exclusive use smokejumper flight services in Alaska, with potential operations in the Lower 48 States. The contract, spanning a five-year ordering period from March 2026 to February 2031 with a six-month extension option, mandates 120 calendar days of exclusive use for each aircraft annually. Services include deploying airborne firefighters and equipment, paracargo delivery, and transporting government personnel and cargo, operating 24/7 during the exclusive use period. Aircraft must meet specific requirements, including a 4,000-pound payload capacity, IFR/VFR certification, and the ability to operate from 3,000-foot gravel runways. Contractors must provide flight crews (PIC, SIC, and on-site mechanic) and logistical support, including housing and tents in remote locations.
    This government solicitation, 140D0425R0130, from the Department of the Interior, Bureau of Land Management Alaska Fire Service (BLM AFS), seeks exclusive use flight services for smokejumper operations based out of Fort Wainwright, Alaska. The contract is for two fixed-wing, multi-engine aircraft, each with a guaranteed 120-day exclusive use period annually, over a five-year ordering period from March 1, 2026, to February 28, 2031, with a six-month extension option. The aircraft will support natural resource and fire suppression missions, including smokejumper deployment, paracargo delivery, and personnel transport in Alaska and potentially the Lower 48 States. Key requirements include specific aircraft certifications, equipment for smokejumper operations, and personnel qualifications (pilots and mechanics). The contract outlines pricing schedules for daily availability and flight hours, additional pay items, and various terms and conditions covering equipment, personnel, operations, maintenance, and contract clauses.
    Amendment 0001 to Solicitation 140D0425R0130 addresses several key changes. The purpose of this amendment is to provide answers to submitted questions, remove "CASA" from the SAM.gov requirement title, and update Section C by replacing the flight evaluation standards from "Interagency Airplane Pilot Practical Test Standards, and the FAA Commercial Practical Test Standards (PTS)" to "Interagency Mission Certification Standards (IMCS), and the FAA Airmen Certification Standards (ACS)." Additionally, Exhibit 6, "Smokejumper Pilot Training Record," has been replaced, and all revisions are highlighted in yellow. The deadline for proposal submission remains November 19, 2025, at 1400 CT. The period of performance is from March 1, 2026, to February 28, 2031. All other terms and conditions of the solicitation remain unchanged.
    The Department of the Interior, Bureau of Land Management (BLM) is soliciting proposals for two exclusive-use fixed-wing smokejumper aircraft to support natural resource management and fire activities in Ft. Wainwright (Fairbanks, AK). This Request for Proposal (RFP) (Solicitation Number 140D0425R0130) requires 24/7 aircraft availability for 120 calendar days per year, with a period of performance from March 1, 2026, to February 28, 2031. The NAICS code for this acquisition is 481211 with a size standard of 1,500 employees, classified as an unrestricted acquisition. Offers are due by November 19, 2025, at 14:00 CS. Invoices will be submitted to the Interior Business Center, AQD. This initiative is crucial for BLM/Alaska fire season operations.
    Similar Opportunities
    BIA EU Single Engine Air Tanker (SEAT) at Bemidji
    Buyer not available
    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) in Bemidji, Minnesota. The contract, which is set aside for small businesses, will provide essential aerial firefighting services from February 1, 2026, to January 31, 2031, with an estimated operational 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 parties must submit their proposals by December 30, 2025, and can contact Shay Roadruck at shayroadruck@ibc.doi.gov or 571-513-3226 for further information.
    BIA Exclusive Use Type III Helicopter Flight Servi
    Buyer not available
    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.
    J--Helicopter maintenance services
    Buyer not available
    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.
    Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (ICEX 2026 Operation Ice Camp Air Charter Services)
    Buyer not available
    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.
    V--Industry Day - Air Tactical Group Supervision
    Buyer not available
    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.
    Aircraft Maintenance Services for the MH-65
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for aircraft maintenance services for the MH-65 aircraft fleet. The contract will cover planned depot maintenance, including disassembly, cleaning, repair, repainting, and reassembly, with a performance period consisting of a one-year base and up to four one-year option periods. This procurement is critical for ensuring the operational readiness of the Coast Guard's aircraft, which play a vital role in national security and emergency response. Interested contractors must be enrolled in the 8(a) business development program and submit their proposals by December 4, 2025, at 3:00 PM EST, with inquiries directed to Destiny Ornelas at destiny.a.ornelas2@uscg.mil.
    15--RFI for Easy Aerial Tethered UAS
    Buyer not available
    The Department of the Interior (DOI) is seeking vendors capable of providing Easy Aerial Tethered Unmanned Aircraft Systems (UAS) to support its operational needs. The procurement aims to acquire 2-6 units annually, with specific requirements including a tether length of at least 300 feet, a total weight under 55 lbs, and compatibility with designated payloads, while ensuring operation in adverse weather conditions. This initiative is crucial for enhancing DOI's operational capabilities, particularly in real-time surveillance and data collection. Interested vendors must submit their information by December 19, 2025, to the designated contacts, with questions due by December 5, 2025.
    Request for Information about Commercially Available Helicopter Services in Alaska.
    Buyer not available
    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.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Buyer not available
    The U.S. Department of Agriculture, specifically the Forest Service, is soliciting proposals for the Northern Rockies Stewardship Blanket Purchase Agreement (BPA) aimed at conducting stewardship activities across multiple national forests in Idaho, Montana, North Dakota, and South Dakota. The BPA will facilitate various land management projects, including timber harvesting, hazardous fuels reduction, and restoration activities, with a focus on enhancing forest resilience and improving watershed health. This procurement is crucial for sustainable forest management and aims to provide local communities with wood resources while minimizing fire hazards. Interested contractors must submit their proposals by April 20, 2023, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or 605-415-9057.