F--ATGS MATOC DRAFT Solicitation

SOL #: 140D0426R0065Special Notice

Overview

Buyer

Interior
Departmental Offices
IBC ACQ SVCS DIRECTORATE (00004)
HERNDON, VA, 20170, United States

Place of Performance

Place of performance not available

NAICS

Support Activities for Forestry (115310)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 14, 2026
2
Last Updated
Apr 14, 2026
3
Action Date
May 1, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Interior (DOI), through the Interior Business Center (IBC), has released a DRAFT Solicitation for Air Tactical Group Supervision (ATGS) Flight Services for the United States Wildland Fire Service (USWFS). This Indefinite Delivery Indefinite Quantity (IDIQ) contract seeks on-call and exclusive use aircraft services for air tactical operations, aerial fire reconnaissance, and limited law enforcement surveillance across the contiguous United States and Alaska. The solicitation is anticipated to be conducted under full and open competition with a 40% Small Business Reserve. Responses to this draft are due by May 1, 2026.

Scope of Work

This opportunity requires on-call and exclusive use aircraft services. Key requirements include:

  • Aircraft Type: Multi or single-engine turbine, turbofan, or turboprop land airplanes equipped for ATGS operations.
  • Minimum Aircraft Specifications: Standard Airworthiness Certificate, certified under 14 CFR Part 23 or 25, VFR/IFR Day/Night, Known Ice, environmental controls, single-pilot certified, seating for three passengers, removable seats for cargo, minimum cruise airspeed of 160 knots (220 knots for Exclusive Use), minimum endurance of 4 hours fuel + 30-minute reserve, and a payload of 900 pounds.
  • Specific Locations: Pocatello, ID; Grand Junction, CO; and Alaska have additional requirements (e.g., pressurization, higher airspeed for single-engine).
  • Avionics & Equipment: Extensive communication (VHF-AM/FM), navigation (GPS), Automated Flight Following (AFF), satellite phone (for Alaska), and safety equipment.
  • Pilot Qualifications: Minimum FAA commercial pilot certificate, second-class medical, specific flight hour requirements (e.g., 1,500 hours total pilot time, 1,200 PIC), and required flight evaluations.
  • Maintenance: Aircraft must be maintained per OEM/STC holder instructions and comply with all Airworthiness Directives (ADs) and Manufacturer’s Mandatory Service Bulletins (MMSBs).
  • Contractor Requirement: Must possess an FAA certificate issued under 14 CFR Part 135.

Contract Details

  • Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ).
  • Period of Performance: Orders may be issued from August 22, 2026, to August 21, 2036 (a five-year base period with one five-year option period).
  • Minimum Guarantee: $500.00 obligated at award.
  • Maximum Quantity: Shared ceiling established at contract award.
  • Price Redetermination: Prices are subject to periodic redetermination as detailed in FAR 52.216-5.

Submission & Evaluation

  • Proposal Submission (for final solicitation): Proposals are due by the date specified in Block 8 of the SF 1449, submitted electronically in four volumes (General/SF 1449, Technical Capability, Organizational Safety, Past Performance).
  • Evaluation Factors: Technical Capability, Organizational Safety, Past Performance, and Price. Award will be made to the responsible offeror(s) whose proposal(s) conforming to the solicitation will be most advantageous to the Government (best value source selection).
  • On-Call Aircraft: Evaluated on a lowest-priced, technically acceptable basis.
  • Exclusive Use Aircraft: Evaluated on non-price factors initially, with pricing requested via Task Order Request for Proposal (TORP) later.
  • Registration: Registration in the System for Award Management (SAM) is mandatory for award.

Eligibility / Set-Aside

  • Competition: Full and open competition with a 40% Small Business Reserve.
  • NAICS Code: 115310 – Support Activities for Forestry – Forest Fire Suppression (Exception 2).
  • Size Standard: $34.0 Million.

Contact Information

People

Points of Contact

Files

Files

Download
Download

Versions

Version 2Viewing
Special Notice
Posted: Apr 14, 2026
Version 1
Pre-Solicitation
Posted: Apr 14, 2026
View
F--ATGS MATOC DRAFT Solicitation | GovScope