F--Single Engine Scooper (SES) Flight Services

SOL #: 140D0425R0079Solicitation

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
3
Submission Deadline
Aug 18, 2025, 6:00 PM

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, through its IBC ACQ SVCS DIRECTORATE, has announced the award for Single Engine Scooper (SES) Flight Services for the Bureau of Land Management (BLM). This Indefinite-Delivery Indefinite-Quantity (IDIQ) contract has a total shared ceiling value of $237.5 Million and supports wildland fire suppression. The award was made on February 25, 2026.

Scope of Work

This opportunity covers amphibious single-engine scooping fire suppression services for the BLM and other federal and state agencies. Services are provided on an "On-Call" or "Call When Needed" basis to support wildland fire suppression operations across the lower 48 states and Alaska. Key requirements included:

  • Aircraft: Single Engine Scooper (SES) aircraft with specific performance capabilities and equipment.
  • Crew: Primary and relief flight crew for each aircraft.
  • Support Vehicles: Fuel Service Vehicle (FSV) with driver/operator for Lower 48 operations; SEAT Support Vehicle (SSV) was optional.
  • Operations: On-call services, with potential for task orders, including dispatches to Alaska requiring current passports.
  • Maintenance & Training: Aircraft maintenance per OEM/FAA regulations and established training programs for pilots and support personnel.

Contract & Timeline

  • Contract Type: Indefinite-Delivery Indefinite-Quantity (IDIQ)
  • Period of Performance: Five (5) year ordering period, from May 1, 2026, to April 30, 2031.
  • Total Ceiling Value: $237,500,000.00
  • Minimum Guarantee: $500.00 per contract award.
  • Set-Aside: Not specified (NAICS Code 115310, Small Business Size Standard $34.0 Million).
  • Award Date: February 25, 2026.

Evaluation

Proposals for this solicitation were evaluated based on Technical Capability, Organizational Safety, Past Performance, and Price. Award was made on a "lowest price, technically acceptable" basis.

Additional Information

The solicitation included numerous exhibits detailing specific requirements for aircraft, personnel, training, safety, and operations. A pricing table (Attachment E-5) outlined a rate schedule for various pay items over the five-year contract period, including daily availability and flight hours (wet/dry).

People

Points of Contact

Files

Files

Download
Download
Download
Download

Versions

Version 14
Award Notice
Posted: Feb 25, 2026
View
Version 13
Award Notice
Posted: Feb 25, 2026
View
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 3Viewing
Solicitation
Posted: Jul 31, 2025
Version 2
Solicitation
Posted: Jul 24, 2025
View
Version 1
Solicitation
Posted: Jul 18, 2025
View