F--Single Engine Scooper (SES) Flight Services for th

SOL #: 140D0425R0079Award 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
Jul 18, 2025
2
Last Updated
Feb 25, 2026

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, Bureau of Land Management (BLM) is soliciting proposals for Single Engine Scooper (SES) Flight Services to provide amphibious fire suppression support. This Indefinite-Delivery Indefinite-Quantity (IDIQ) contract has a total shared ceiling value of $237.5 Million over a five-year ordering period. The latest amendment extends the proposal submission deadline to December 4, 2025, at 2:00 PM Eastern Standard Time.

Scope of Work

This opportunity requires "On-Call" or "Call When Needed" wildland fire suppression services across the lower 48 states and Alaska. Key requirements include:

  • Aircraft: Single Engine Scooper (SES) aircraft meeting specific performance capabilities (e.g., endurance, tank capacity, operating from gravel runways, cruise airspeed) and equipped with IAB approved gates, specific avionics, and safety equipment.
  • Personnel: Primary and relief flight crews for each aircraft, with personnel potentially requiring current passports for Alaska dispatches.
  • Support: Fuel Service Vehicles (FSV) with driver/operator for Lower 48 operations (SEAT Support Vehicles are optional).
  • Maintenance & Training: Contractors must ensure aircraft maintenance adheres to OEM/STC holder instructions and FAA regulations, and establish comprehensive training programs for pilots and support staff.

Contract Details

  • Contract Type: Indefinite-Delivery Indefinite-Quantity (IDIQ) contract.
  • Period of Performance: Five (5) year ordering period, from May 1, 2026, to April 30, 2031.
  • Estimated Value: Total Shared Ceiling Value of $237,500,000.00.
  • Minimum Guarantee: $500.00 per contract award.
  • Product/Service Code: F003 - Forest/Range Fire Suppression/Presuppression Services.
  • NAICS Code: 115310 – Support Activities for Forestry - Forest Fire Suppression (Exception 1), with a Small Business Size Standard of $34.0 Million. No specific set-aside is designated.

Submission & Evaluation

  • Proposal Submission: Proposals are due December 4, 2025, at 2:00 PM EST, and must be submitted electronically.
  • Evaluation Criteria: Proposals will be assessed based on Technical Capability, Organizational Safety, Past Performance, and Price.
  • Award Basis: Award will be made on a "lowest price, technically acceptable" basis.
  • Pricing: Bidders must utilize the provided pricing table (Attachment E-5) to structure rates for daily availability and flight hours (wet/dry) over the five-year period.

Key Updates & Amendments

This solicitation has undergone multiple amendments. The latest, Amendment 0008 (posted November 14, 2025), provides responses to additional industry questions and extends the proposal submission deadline to the current date. Previous amendments also extended deadlines and clarified various aspects of the solicitation.

Contact Information

For questions, contact Angelina Clements at angelina_clements@ibc.doi.gov or 571-479-0325.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 14
Award Notice
Posted: Feb 25, 2026
View
Version 13Viewing
Award Notice
Posted: Feb 25, 2026
Version 12
Award Notice
Posted: Feb 25, 2026
View
Version 11
Award Notice
Posted: Feb 25, 2026
View
Version 10
Award Notice
Posted: Feb 25, 2026
View
Version 9
Solicitation
Posted: Nov 14, 2025
View
Version 8
Solicitation
Posted: Nov 3, 2025
View
Version 7
Solicitation
Posted: Oct 6, 2025
View
Version 6
Solicitation
Posted: Sep 9, 2025
View
Version 5
Solicitation
Posted: Aug 20, 2025
View
Version 4
Solicitation
Posted: Aug 11, 2025
View
Version 3
Solicitation
Posted: Jul 31, 2025
View
Version 2
Solicitation
Posted: Jul 24, 2025
View
Version 1
Solicitation
Posted: Jul 18, 2025
View