SEEKING SOURCES: LIGHT LIFT HELICOPTER SERVICES - MULTIPLE OPPORTUNITIES IN NATIONAL FORESTS LOCATED IN WASHINGTON, IDAHO, AND MONTANA
ID: 6973GH-25-MS-00005Type: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Nonscheduled Chartered Passenger Air Transportation (481211)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: AIR CHARTER (V121)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors to provide light lift helicopter services for multiple projects supporting site inspections of remote U.S. Forest Service (USFS) observation towers in Washington, Idaho, and Montana. The FAA requires contractors to transport personnel and tools to various designated landing zones, with each project involving specific dates, estimated durations, and payloads of approximately 500 lbs. These services are critical for maintaining communication and lookout structures in areas where ground access is limited. Interested vendors must submit their capability statements and responses to the market survey by emailing Josh Huckeby at joshua.d.huckeby@faa.gov, ensuring their registration in the System for Award Management (SAM.gov) is current. The FAA anticipates awarding separate Firm Fixed Price contracts based on competitive pricing, with the announcement remaining open until acquisition strategies are established.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines requirements for air transportation services to support tower inspections conducted by the US Forest Service (USFS) at three specific sites in the Okanogan-Wenatchee and Mt. Baker-Snoqualmie National Forest. The requirement stems from the Federal Aviation Administration’s (FAA) commitment to inspect communication and lookout tower structures that are inaccessible by ground transportation. The selected vendor must provide helicopters, fuel, and crew to facilitate the transport of up to two personnel and their tools, totaling an estimated weight of 500 lbs, to locations such as Duncan, Park Butte, and Lookout Mountain. The expected operation involves three round trips on June 14th and 15th, 2025, with all transportation originating from Paine Field Airport. The contractor is required to remain on standby for approximately two hours at each site and adapt to any scheduling changes requested by the FAA. Importantly, any alterations to the timeline or associated costs must be pre-coordinated with the FAA Contracting Officer. This SOW emphasizes the necessity of helicopter lift services for operational efficiency while ensuring compliance with FAA regulations throughout the process.
    The document outlines the Statement of Work (SOW) for air transportation services required by the Federal Aviation Administration (FAA) to support the inspection of U.S. Forest Service (USFS) tower sites in the Flathead National Forest. The FAA needs helicopter airlifts for personnel and tools when ground access is unavailable. The contractor will provide necessary aircraft, crew, and equipment to transport two personnel (totaling approximately 400 lbs) and hand tools (100 lbs) to three designated remote sites, each at an elevation of about 7,037 feet. The operation is scheduled for June 15-16, 2025, requiring three round trips and standby service at each site for two hours. The contractor must adhere to communication protocols regarding scheduling changes and is responsible for coordinating any cost adjustments with the FAA's Contracting Officer (CO). The pickup location for personnel is at the Kalispell City Airport, Montana, with specific delivery coordinates provided for the landing zones. This SOW emphasizes the critical need for efficient air transportation to facilitate crucial safety inspections of USFS structures.
    The Idaho Panhandle Forest requires air transport services for personnel to inspect US Forest Service tower sites, specifically to support FAA inspections of inaccessible communication and lookout towers. This urgent task is focused on transporting two personnel and their tools to remote locations near West Fork Lake and Saddle Mountain, Idaho, with an estimated round trip scheduled for August 8, 2025. The contractor must provide all necessary aircraft, fuel, and crew for the operation, ensuring a maximum lift of 500 pounds. The personnel will be picked up at Sandpoint Airport and then flown to designated landing zones where they will perform inspections for approximately two hours. The contractor is responsible for remaining on-site during the work and coordinating any schedule changes or delays with the FAA Contracting Officer. This contract highlights the FAA's commitment to maintaining essential communication infrastructure in challenging environments.
    The Statement of Work (SOW) outlines a critical need for air transportation services to support the inspection of US Forest Service tower sites in the Wallowa-Whitman and Payette National Forests. The contractor is responsible for providing all necessary aircraft, fuel, and crew to transport FAA personnel and tools to remote sites for inspections. The operation involves lifting up to 500 lbs, including two personnel and hand tools. The planned service days are September 10-12, 2025, with an estimated three round trips needed, and personnel will remain on-site during inspections. Pick-up is at Enterprise Muni Airport, with multiple delivery locations specified, including various lookout and landing zones in Oregon and Idaho. Any changes to the schedule or costs must be approved by the FAA Contracting Officer. This SOW emphasizes the importance of air transportation in areas where ground access is limited, facilitating maintenance of crucial USFS communication and lookout structures.
    The Statement of Work (SOW) outlines the urgent requirement for air transportation services to support inspections of US Forest Service (USFS) communication and lookout tower sites in the Colville National Forest. The Federal Aviation Administration (FAA) is obligated to conduct maintenance on these structures, necessitating helicopter airlift when other access methods are impracticable. The selected vendor must provide all necessary aircraft, fuel, and crew to transport FAA personnel and up to 500 lbs of hand tools from Tonasket Airport to a remote site near Mt. Bonaparte, requiring three round trips scheduled between 0900-1000 on September 12, 2025. The contractor must remain on-site for two hours and be prepared to accommodate scheduling changes as requested. Importantly, this SOW does not cover the removal of damaged equipment, and any alterations to the schedule or costs require prior approval from the FAA Contracting Officer. This document serves as a clear directive for potential contractors regarding the expectations and requirements for the transportation service, emphasizing the need for careful logistical planning and compliance with FAA regulations.
    Similar Opportunities
    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.
    Cloud services in support of the operational mission of the Federal Aviation Administration
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is preparing to re-issue a Request for Quote (RFQ) for cloud services that support its operational mission. This procurement aims to secure cloud hosting solutions, which are critical for the FAA's data processing and web hosting needs, particularly in light of a previous RFQ that closed prematurely due to a furlough. The FAA will consider all feedback and questions submitted during the initial RFQ process for the new solicitation, which will be posted on the GSA e-buy site soon. For further inquiries, interested parties can contact Laurie Jiavaras at laurie.p.jiavaras@faa.gov or Kathryn Scott at kathryn.scott@faa.gov.
    AIRCRAFT PARTS CONTRACTOR LOGISTICS SUPPORT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide logistics support for aircraft parts through a Blanket Purchase Agreement. The contract aims to supply parts for the FAA's fleet of aircraft, with a performance period of 12 months, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The estimated total value of the contract is approximately $14,380,000, with specific instructions for contractors regarding markup rates and discount terms outlined in the associated procurement schedule. Interested parties should direct inquiries to the primary contact, Bill Boyer, at william.e.boyer@faa.gov, or the secondary contact, Tammy Claiborne, at tammy.r.claiborne@faa.gov, for further details on the proposal submission process.
    TDWR Brushless Motors
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking qualified vendors to procure thirty (30) TDWR Brushless Motors (PN: 63900014) to support the Terminal Doppler Weather Radar (TDWR) Antenna Drive System. The procurement is limited to vendors who can demonstrate access to the original equipment manufacturer's (OEM) specifications and drawings, as the FAA does not possess the rights to these documents. This equipment is critical for maintaining the operational integrity of the TDWR system, and the FAA will use responses to this market survey to determine the appropriate procurement method, which may include full-and-open competition or set-asides for small businesses and service-disabled veteran-owned small businesses. Interested parties must submit their documentation by December 10, 2025, at 2:00 PM CT, and direct inquiries via email to Haylee Garcia at haylee.p.garcia@faa.gov.
    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.
    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.
    Janitorial Services at Moses Lake, WA ATCT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified contractors to provide janitorial services at the Air Traffic Control Tower in Moses Lake, Washington. The contractor will be responsible for delivering all necessary personnel, equipment, tools, materials, and supervision to meet the specified cleaning standards and frequencies outlined in the Statement of Work. This procurement is crucial for maintaining a clean and safe operational environment for FAA facilities, ensuring compliance with safety and quality standards. Interested parties should contact Brandi Holmes at brandi.b.holmes@faa.gov or Todd Butler at Todd.Butler@faa.gov for further details, with the contract period running from January 1, 2026, to December 31, 2030, and options for four additional one-year extensions.
    Helicopter Program Office Integrity Programs Sustaining Engineering Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a market survey to identify potential contractors capable of providing sustaining engineering services for the Helicopter Program Office (HPO) related to the Aircraft Structural Integrity Program (ASIP), Mechanical Equipment and Subsystems Integrity Program (MECSIP), Avionics Integrity Program (AVIP), and Electrical Wiring Interconnect System (EWIS) for various helicopter models including the HH-60W, MH-139A, TH-1H, and UH-1N. Contractors are expected to demonstrate expertise in rotary-wing structures, mechanical and avionics systems, fatigue analysis, non-destructive inspection, and software development, particularly concerning specific tasks outlined in relevant military standards. This opportunity is crucial for maintaining the operational integrity and safety of the helicopter fleets, and responses to the Request for Information (RFI) are due by January 7, 2026. Interested parties should direct inquiries to Casey Price at casey.price.3@us.af.mil or Jeanette Jordan at jeanette.jordan.2@us.af.mil.
    AJW Portfolio-AJW Integrated Support Services (AISS), AJW Configuration Management Support (ACMS) and Business, Financial and Administrative Support (BFAS) Requests for Information
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is issuing a Special Notice regarding the AJW Integrated Support Services (AISS) and the associated Business, Financial, and Administrative Support (BFAS) Requests for Information. The FAA has decided to separate the BFAS work from the AISS acquisition, with plans to solicit them independently; the estimated release for the BFAS SIR is anticipated in the first quarter of FY26, pending necessary approvals. This procurement is crucial for maintaining effective operational support within the FAA, ensuring that both business and administrative services are adequately addressed. For further inquiries, interested parties can contact Contracting Officer Karina Espinosa at Karina.Espinosa@faa.gov or (404) 305-5782, or reach out to secondary contact Kristin Frantz at Kristin.T.Frantz@faa.gov or (404) 305-5779.
    MV-75 Future Long Range Assault Aircraft (FLRAA) Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is seeking industry feedback through a Sources Sought Notice for the MV-75 Future Long Range Assault Aircraft (FLRAA) Modernization program. The objective is to identify potential contractors capable of providing engineering services and support across various technical domains, including aircraft mission systems, propulsion systems, and protection systems, as part of the Army's Future Vertical Lift modernization strategy. This initiative is crucial for enhancing the Army's operational capabilities in multi-domain operations, with plans to initiate production orders in FY28. Interested vendors are encouraged to submit their capabilities statements by 2:00 p.m. Central Time on January 30, 2026, to the designated email addresses provided in the notice.