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), Animal and Plant Health Inspection Service (APHIS), has issued an Award Notice for the procurement of Fixed Wing Turboprop Utility Aircraft. This firm-fixed-price commercial supply purchase order is for three (3) factory new aircraft to support aerial application services for plant pest control, specifically fruit flies, in Independence, KS. The award notice was published on April 12, 2026.
Scope of Work
The USDA APHIS Plant Protection and Quarantine (PPQ) requires aerial application services to control and/or eradicate destructive plant pests. This procurement specifically covers three (3) fixed-wing utility aircraft suitable and capable of releasing sterile insects to reduce damage to agricultural crops and mitigate economic impact.
Key Requirements
- Three (3) factory new fixed-wing turboprop utility aircraft.
- FAA certified with current industry standard avionics and instrumentation.
- Must include a 300-amp engine driven starter generator and cabin air conditioning.
- Minimum range of 1000 nautical miles.
- Pilot/Copilot seats and a minimum of 250 cubic feet of cabin space.
- Ability to accommodate 600lb of 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
- Contract Type: Firm, fixed-price, commercial supply purchase order.
- Period of Performance: One year, with delivery of all three aircraft required within one year after receipt of order. However, vendors were encouraged to propose alternate delivery timelines, which were considered during evaluation.
- Place of Performance: Independence, KS.
- Inspection/Acceptance: Within 14 days of vendor notification, at the contractor's facility.
- Delivery: Following acceptance, aircraft will be flown by a factory-trained USDA pilot and a contractor-provided CFI to Moore Air Base for final delivery.
- Contract Financing: Installment payments up to 70% of the aircraft price over 11 monthly installments.
Evaluation
Evaluation was conducted in accordance with FAR 12.203, focusing on price, past performance, and technical capability. The award was made to the offeror representing the best value to the Government. The delivery timeline, while initially set at 12 months, was flexible, and proposed alternate timelines were considered as part of the technical capability assessment.
Set-Aside
No set-aside was specified for this opportunity.
Additional Notes
This procurement included compliance with Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulation (AGAR) clauses. Information regarding the USDA Ombudsman Program for Agency Protests (OPAP) was also provided for potential informal and formal agency protests.