Exclusive Use Smokejumper Flight Services for BLM
ID: 140D0425R0071Type: 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
    Description

    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for exclusive use smokejumper flight services to support wildfire suppression efforts in Boise, Idaho. The contract will encompass the transportation and deployment of smokejumpers, paracargo drops, aerial reconnaissance, and emergency support, with a performance period from March 1, 2026, to February 28, 2031, and a ceiling value of $26 million. These services are critical for effective firefighting operations and resource preservation, ensuring timely aerial support in emergency situations. Interested contractors must comply with wage determinations set forth by the U.S. Department of Labor, including minimum wage standards and fringe benefits, and can contact Angelina Clements at angelina_clements@ibc.doi.gov or 571-479-0325 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) is preparing to issue a Pre-Solicitation Notice for Exclusive-Use Smokejumper Flight Services, seeking proposals for a five-year contract. This service is crucial for fire suppression and other related activities, including personnel transport, aerial reconnaissance, and search and rescue. The aircraft must be fully operated and maintained by the contractor, holding necessary FAA certifications. Minimum requirements include a Standard Airworthiness Certificate, capabilities for single-pilot operation, and specific payload and operational configurations suitable for smokejumper tasks. The anticipated solicitation will open on June 5, 2025, with responses due by July 4, 2025. The RFP is open to all contractors under NAICS code 115310, which has a size standard of $34 million. Successful bidders must also be registered in the System for Award Management (SAM), underscoring compliance with federal contracting regulations. This initiative reflects the government’s ongoing commitment to securing efficient air services to support fire management and other essential missions.
    The document outlines Wage Determination No. 1995-0221 issued by the U.S. Department of Labor under the Service Contract Act, detailing wage rates and fringe benefits for various occupations involved in federal service contracts. Effective from January 30, 2022, contracts must comply with minimum wage standards set by Executive Orders 14026 and 13658, mandating $17.75 and $13.30 hourly minimums, respectively. The document specifies regional wage rates for occupations ranging from administrative roles to technical jobs, with distinct rates for areas like Alaska, Hawaii, and the continental U.S. While setting forth wages, it also emphasizes additional requirements, including paid sick leave, health and welfare benefits, vacation, and holiday compensation. Any additional employee classifications not listed in the wage determination must undergo a conformance process to ensure appropriate wage rates. Moreover, the document details hazardous pay differentials and uniform allowances applicable to covered workers, reflecting the government’s commitment to ensuring fair labor practices and compliance in contract work. Overall, it serves as a guide for federal contractors on wage obligations and employee rights in the execution of government contracts.
    The document outlines wage determinations under the Service Contract Act by the U.S. Department of Labor, focusing on minimum wage rates and fringe benefits for federal contractors. The wage determination, numbered 1995-0222 and revised as of March 26, 2025, establishes that contracts initiated or renewed after January 30, 2022, are subject to a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum wage of $13.30, unless a higher rate is specified. Included are details on additional requirements such as health and welfare benefits, vacation and holiday leave, and the establishment of paid sick leave pursuant to Executive Order 13706. Fringe benefits outlined include a health and welfare rate of $5.36 per hour, with different stipulations for employees in Hawaii, among other conditions. The document discusses the conformance process for unlisted occupations and specifies pay differentials for hazardous positions. Notably, it emphasizes that uniform costs cannot reduce the hourly wage below mandated levels and requires employer provision or reimbursement for uniforms. Overall, this wage determination serves to ensure fair compensation and worker protections for employees on federal contracts, aligning with government funding compliance and labor standards.
    The document outlines a Request for Proposal (RFP) from the Bureau of Land Management (BLM) for exclusive use smokejumper flight services, aimed at supporting wildfire suppression and related operations. The contract will cover transportation and deployment of smokejumpers, paracargo drop, aerial reconnaissance, and emergency support from March 1, 2026, to February 28, 2031, with a ceiling value of $26 million. Key requirements include contractor-operated multi-engine aircraft based in Boise, Idaho, adhering to FAA regulations and the provision of fully trained personnel. Bidders must present comprehensive pricing schedules detailing daily availability, estimated flight hours, and operational specifics for various service periods extending over five years. Additional expenses for fuel, misc. charges, and different operational contingencies are also covered in a structured payment format. The RFP emphasizes safety, timely responsiveness from the contractor within 24 hours upon notification, and compliance with both federal aviation regulations and the BLM’s specialized operational criteria. The overarching goal is to ensure effective aerial support in firefighting efforts and preserve national resources efficiently through reliable aviation services.
    Lifecycle
    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.
    2026 SMJ FOOD BOXES
    Interior, Department Of The
    The Bureau of Land Management (BLM), through the National Interagency Fire Center (NIFC), is seeking quotations for the procurement of food items for Smokejumper Food Kits for fiscal year 2026. The solicitation, identified as Number 140L3726Q0004, requires specific food items such as bean dip, peanut butter-filled pretzels, and toaster pastries, with all items needing to have expiration dates no earlier than September 2026 and delivery by April 1, 2026. This acquisition is crucial for supporting the nutritional needs of smokejumpers during fire suppression operations, and it is set aside for Women-Owned Small Businesses (WOSB). Interested vendors must submit their offers via email to Casey Boyd at cmboyd@blm.gov by December 16, 2025, at 5 PM Eastern, and must be registered in SAM and WOSB certified to be eligible for consideration.
    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.
    Intermountain Stewardship BPA
    Agriculture, Department Of
    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.
    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.
    NORTHERN ROCKIES STEWARDSHIP BPA
    Agriculture, Department Of
    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.
    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.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    Lava Fire Watering Facilities Rebuild Payette National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals for the Lava Fire Watering Facilities Rebuild project in the Payette National Forest, Idaho. This project aims to reconstruct twenty livestock watering facilities, including thirteen trough systems and seven ponds, which were destroyed by the 2024 Lava Fire, to restore proper livestock distribution and facilitate grazing management. The procurement is set aside for small businesses under NAICS code 221310, with a total small business size standard of $41 million, and the contract will be awarded as a firm fixed price. Interested contractors must submit their proposals, including technical and price components, by December 19, 2025, to John Swizdor at john.swizdor@usda.gov, with the performance period extending until September 30, 2026.
    End of the World Long Term Stewardship
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service, is seeking industry feedback through a Request for Information (RFI) for the End of the World Long Term Stewardship project in the Nez Perce-Clearwater National Forest, Idaho. The initiative aims to address forest health by reducing risks associated with insect infestations, wildfires, and improving water quality across approximately 17,000 acres, with an anticipated offering of over 50 million board feet of commercial timber. This project is significant for enhancing forest resilience and fostering sustainable land management practices, with various service activities including timber removal, road maintenance, and biomass management planned over a potential 10-year contract term. Interested parties are encouraged to submit their feedback by September 17, 2025, and can direct inquiries to Matt Daigle at matthew.daigle@usda.gov or by phone at 605-415-9057.