Fixed Wing Turboprop Utility Aircraft
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 United States Department of Agriculture (USDA), specifically the Animal and Plant Health Inspection Service (APHIS), Plant Protection and Quarantine (PPQ), is soliciting quotes for three (3) fixed-wing turboprop utility aircraft. This acquisition is an unrestricted requirement and is being conducted as a Combined Synopsis/Solicitation (RFQ) for commercial items. The aircraft are required for aerial application services to control and eradicate destructive plant pests, such as fruit flies. Quotes are due by March 11, 2026, at 5:00 PM CDT.
Scope of Work
USDA APHIS PPQ intends to procure three (3) factory new fixed-wing turboprop utility aircraft suitable for releasing sterile insects. Key requirements include:
- FAA certification.
- Current industry standard avionics and instrumentation.
- 300-amp engine driven starter generator and Air Conditioning (Cabin System).
- Minimum range of 1000 nautical miles.
- Pilot/Copilot seats and a minimum of 250 cubic feet of cabin space.
- Ability to accommodate 600lb interior machinery within acceptable Center of Gravity.
- Aft cargo door for loading/unloading sterile fly boxes and seat rails in the aft cabin.
- Training for two (2) pilots and one (1) mechanic per aircraft purchased.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ) for a one-time, firm-fixed-price commercial purchase order.
- Set-Aside: Unrestricted (not set-aside for small business concerns).
- Period of Performance: One year, with delivery of all three aircraft required within one year after receipt of order. However, vendors are encouraged to propose alternate delivery timelines, even exceeding 12 months, as this will be considered in the technical evaluation.
- Quotes Due: March 11, 2026, 5:00 PM CDT.
- Published: March 4, 2026.
- Place of Performance: Delivery to Moore Air Base, TX.
Evaluation
Evaluation will be conducted in accordance with FAR 12.203, focusing on price, past performance, and technical capability. Award will be made to the offeror representing the best value to the Government. Contractors must submit pricing for all items to be considered responsive. The delivery timeline proposed by vendors will be considered as part of the technical capability assessment.
Additional Notes
Quotes and all questions must be submitted via email to Amanda Barbosa at amanda.barbosa@usda.gov. Contract financing includes installment payments up to 70% of the aircraft price over 11 monthly installments. Invoicing will be via USDA's Invoice Processing Platform (IPP). The solicitation incorporates FAR and AGAR clauses by reference, including those related to anti-discrimination, DEI, and subcontracting. Information regarding the USDA Ombudsman Program for Agency Protests (OPAP) is also included.