T--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), through its Interior Business Center (IBC) Acquisition Services Directorate (AQD), is soliciting proposals for On-Call and/or Exclusive Use Unmanned Aircraft Systems (UAS) Emergency Fire Flight Services. These services will support the DOI Office of Aviation Services (OAS) across the contiguous lower 48 states. This is a Total Small Business Set-Aside. Proposals are due February 05, 2026, at 2:00 PM Eastern Standard Time.
Scope of Work
The requirement is for multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts to provide contractor-operated and maintained UAS for wildland fire operations, Search and Rescue (SAR), emergency management, and other resource missions. Services include provision of aircraft, spare parts, personnel, servicing vehicles, and fuel.
Key UAS Requirements:
- Aircraft: Fixed wing, assisted launch/landing or VTOL UAS, runway independent, 300 pounds or less.
- Performance: Capable of 8 hours continuous flight (up to 14 hours at max payload), operating in sustained winds of 25 knots, day and night operations 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. Contractors must maintain a Safety Management System (SMS).
Contract Details
- Contract Type: Multiple Award 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 contract.
- Minimum Guarantee: $500.00 for each awarded contract.
- Pricing Structure: Bidders must use the provided pricing sheet (Attachment 1) to detail costs for "OC UAS Daily Availability," including guaranteed Exclusive Use periods (90 days/year) and estimated extension periods (30 days/year), along with associated flight hours.
Eligibility & Set-Aside
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 541370, Surveying and Mapping (except Geophysical) Services.
- Size Standard: $19 Million.
- Registration: Successful awardees must be registered in SAM.gov.
Submission & Evaluation
- Submission Deadline: February 05, 2026, 14:00 Eastern Standard Time.
- Proposal Submission: One electronic copy of the quote via email to boles_proposal_submissions@ibc.doi.gov. A signed and dated SF1449 form must be included.
- Evaluation Factors: Technical Capability, Past Performance, Organizational Safety, and Evaluated Price. Technical Capability and Organizational Safety are considered more important than price.
Important Notes
- This solicitation incorporates FAR clauses by reference and in full text.
- Wage Determinations (WD 1995-0221 and WD 1995-0222) are applicable, outlining minimum wage rates and fringe benefits for various occupations, including Airplane Pilots and Aerial Photographers. Bidders must incorporate these into their cost proposals.
- Amendment 0001 provides Government responses to vendor questions, with no changes to proposal deadlines or submission requirements.