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 fixed-wing flight services for wildlife damage management operations in Nebraska and Wyoming. This is a Total Small Business Set-Aside under NAICS code 481219. Quotations are due by Friday, April 10, 2026, at 5:00 PM Central Time.
Scope of Work
The contractor will provide commercial aviation services (CAS) utilizing fixed-wing aircraft to support USDA APHIS WS wildlife damage management operations. This includes flight services and associated travel expenses as detailed in the updated CLINS. The contractor is responsible for providing all Personal Protective Equipment (PPE) for pilots, including flight suits, gloves, and helmets.
Contract Details
- Type: Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) commercial services contract.
- Duration: Five ordering periods, each 12 months, for a total of five years. The anticipated effective date is May 1, 2026, with the Period of Performance revised to 05/01/2026 to 04/30/2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) under NAICS code 481219 (size standard $25M).
- Response Date: April 10, 2026, at 5:00 PM Central Time.
- Published Date: April 7, 2026 (latest update).
- Solicitation Issuance: Via email IAW FAR Model Deviation [Revolutionary FAR Overhaul (RFO)] 12.201-1(c)(2).
Evaluation and Award
Award will be based on best value to the government, utilizing a comparative evaluation of quotations. Evaluation factors include Price, Technical, and Past Performance, IAW FAR Model Deviation [Revolutionary FAR Overhaul (RFO)] 12.203(a). All responsible sources are encouraged to submit a quotation.
Key Updates
- Amendment 0001 (April 3, 2026): Revised the Period of Performance to 05/01/2026 - 04/30/2031 and updated Item 0001 and subsequent CLINS (0002-0005) to include travel requirements for fixed-wing flight services.
- Question and Answer 1 (April 1, 2026): Clarified that the contractor is responsible for providing all PPE for pilots.
- Latest Update (April 7, 2026): Extended the solicitation response date to Friday, April 10, 2026, at 5pm Central Time.
Contact Information
Questions should be directed to Amanda Barbosa, Contracting Officer, via email at Amanda.Barbosa@usda.gov.