This solicitation is for fixed-wing on-call airplane flight services on an as-needed basis for the U.S. Department of the Interior and other agencies in Alaska. Services include transportation of personnel and cargo, law enforcement support, and logistical/reconnaissance support for fire activities. The contract is a multiple-award indefinite delivery/indefinite quantity (IDIQ) type.
Aircraft: Single-engine and multiengine airplanes with seating for 1 to 50 passengers. Must be equipped with wheels, floats, amphibious floats, or skis/wheel skis. Specific aircraft types and minimum gross weights are detailed for various items (e.g., tandem seat, single-engine piston/turbine, multi-engine piston/turbine, multi-engine jet).
Pilot Requirements: Minimum flight hours, certifications (Commercial Pilot with instrument rating or ATP, second-class medical certificate), and experience in specific aircraft types and operations (e.g., low-level, mountainous terrain, extended over-water).
Equipment: Specific requirements for aircraft equipment, including free air temperature gauge, fire extinguisher, lap belts, shoulder harnesses, strobe lights, avionics (VHF transceiver, GPS, ELT, ADS-B), and communication systems.
Operations: Compliance with FAA regulations, flight following, passenger briefings, and specific operational procedures for various supplements (e.g., Off Airport Operations, Reconnaissance, Low Level Activities, Glacier Landing, Mountainous Terrain, Extended Over-Water).
Maintenance: Aircraft must be operated and maintained according to manufacturer specifications and FAA regulations. Specific requirements for weight and balance, airworthiness directives, and service bulletins are outlined.
Fuel and Servicing: Contractor may be required to supply fuel and oils, meeting specific ASTM or Military Detail specifications. Fuel dispensing facilities must meet specific standards.
Contract Type: Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ).
Period of Performance: Five-year ordering period from April 1, 2026, through March 31, 2031, with a potential six-month extension.
Estimated Value: Not explicitly stated in the provided sections, but NAICS code 481211 with a size standard of 1,500 employees is noted.
Proposal Submission: Electronic submission via email only. Proposals are due October 01, 2025, 2:00 pm Eastern Time (ET).
Evaluation Factors: Technical Capability, Organizational Safety, Past Performance, and Total Evaluated Price.
Key Deadlines: Inquiries due by September 15, 2025, 2:00 pm EDT.
This requirement is a 100% small business set-aside. Only proposals from small businesses will be considered.
The solicitation includes numerous exhibits detailing specific requirements for aircraft, equipment, pilot qualifications, and operational supplements.
Various FAR and DIAR clauses are incorporated by reference.
Specific contact information for the Contracting Officer and Contract Specialist is provided for inquiries.