Fixed‑wing flight services in Nebraska and Wyoming
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 Plant Health Inspection Service (APHIS), Wildlife Services (WS) program is seeking to establish a contract for fixed-wing flight services to support wildlife damage management operations in Nebraska and Wyoming. This is a Presolicitation for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) commercial services contract, designated as a Total Small Business Set-Aside. The anticipated effective date is May 1, 2026.
Scope of Work
This opportunity requires commercial aviation services (CAS) for fixed-wing flights. These services are crucial for supporting the USDA APHIS WS program's wildlife damage management activities within the specified states.
Contract & Timeline
- Type: Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) Commercial Services Contract
- Duration: Five ordering periods, each 12 months in duration (total of 60 months)
- Anticipated Effective Date: May 1, 2026
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) under NAICS code 481219 (size standard $25M)
- Contract Opportunity Type: Presolicitation
- Response Date (for questions): April 7, 2026, 5:00 PM ET
- Published Date: March 30, 2026
- Product Service Code: V121 (Air Charter For Things)
Evaluation
Evaluation will be conducted in accordance with FAR Model Deviation [Revolutionary FAR Overhaul (RFO)] 12.203(a), considering Price, Technical, and Past Performance. The basis for award will be best value to the government, utilizing a comparative evaluation of quotations. All responsible sources are encouraged to submit a quotation for consideration.
Additional Notes
The solicitation package will be issued via email in accordance with FAR Model Deviation [Revolutionary FAR Overhaul (RFO)] 12.201-1(c)(2). Questions concerning this presolicitation notice must be directed to Amanda Barbosa, Contracting Officer, via email only at Amanda.Barbosa@usda.gov.