OC/EU UAS Emergency Fire Flight Services
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 Department of the Interior (DOI), Office of Aviation Services (OAS), is soliciting proposals for On-Call and/or Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Services for the contiguous lower 48 states. This opportunity is a Total Small Business Set-Aside under NAICS code 541370. Proposals are due February 05, 2026.
Purpose & Scope
This solicitation seeks to award multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts for UAS services to support wildland fire operations, Search and Rescue (SAR), emergency management, and other resource missions. Services include contractor-operated and maintained UAS, provision of aircraft, spare parts, personnel, servicing vehicles, and fuel.
Key Requirements
- Aircraft: Fixed wing, assisted launch/landing or VTOL UAS, runway independent, 300 pounds or less. Must be capable of 8-14 hours continuous flight and operating in sustained winds of 25 knots, day and night, with anti-collision lighting.
- Sensors: Dual stabilized gimbal (EO/IR) Long Wave IR (LWIR) with 640 x 480 resolution.
- Command & Control: Secure digital data link, autonomous Loss of Link (LOL) capability, programmable transponder, VHF AM/FM radios.
- Data Standards: MISB compliant video, geo-referenced still images, fire perimeter mapping, KML/SHP export.
- Personnel: Pilots must possess an FAA remote pilot certificate and meet specific flight hour and duty limitations.
- Safety: Contractor must maintain a Safety Management System (SMS) for ground and flight operations.
Contract Details
- Type: Indefinite Delivery, Indefinite Quantity (IDIQ)
- Period of Performance: Five-year ordering period, from June 15, 2026, to June 14, 2031.
- Estimated Value: Maximum shared ceiling of $7,500,000.00 over the life of the IDIQ. Minimum guarantee of $500.00 for each awarded contract.
- Set-Aside: 100% Total Small Business.
- NAICS Code: 541370, Surveying and Mapping (except Geophysical) Services, with a $19M size standard.
- PSC: T009, Aerial Photographic Services.
Submission & Evaluation
- Submission Deadline: February 05, 2026, 14:00 Eastern Standard Time.
- Submission Method: One electronic copy of the quote via email to boles_proposal_submissions@ibc.doi.gov.
- Evaluation Factors: Technical Capability, Past Performance, Organizational Safety, and Evaluated Price. Technical Capability and Organizational Safety are considered more important than price.
- Required Documents: A signed and dated offer on the SF1449 form and a completed pricing sheet (Attachment 1).
Important Attachments & Amendments
- Pricing Sheet (Attachment 1): Critical for detailing cost structure for "OC UAS Daily Availability" over five years, requiring unit and total prices for guaranteed and estimated services.
- Wage Determinations (Attachments 2 & 3): Wage Determination No. 1995-0221 (Fire Safety services) and No. 1995-0222 (specific rates for Airplane Pilot, First Officer, Aerial Photographer) outline minimum wage rates and fringe benefits, crucial for labor cost calculations.
- Amendment 0002: Provides Government responses to additional vendor questions and corrects Section B2.2.11 (Pilot flight hours requirement). No changes to proposal deadlines.