F--BIA EU Single Engine Air Tanker (SEAT) at Bemidji
SOL #: 140D0425Q0576Solicitation
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
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Nov 25, 2025
2
Last Updated
Mar 19, 2026
3
Submission Deadline
Dec 30, 2025, 9:00 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 Bureau of Indian Affairs (BIA), through the Department of the Interior, is soliciting proposals for Exclusive Use Single Engine Air Tanker (SEAT) Aircraft Flight Services at Bemidji, Minnesota. This is a Total Small Business Set-Aside for a single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. Proposals are due December 30, 2025, at 1300 hours.
Scope of Work
The requirement is for one (1) exclusive use SEAT aircraft for water/retardant application in fire suppression operations, primarily in Minnesota, with potential deployment to other Lower 48 States and Alaska. Key requirements include:
- Aircraft: Minimum 800 US gallons tank capacity, 6,900 lbs payload, capable of specific takeoff and cruise performance (e.g., 7,000 ft PA, 30°C, 5,000' gravel runway takeoff; 140kts true airspeed cruise).
- Crew: One (1) Level I SEAT Pilot in Command and one (1) Level I or II SEAT Relief Pilot.
- Support: Fuel Service Vehicle with driver/operator for Lower 48 operations.
- Operations: Exclusive Use period of 60 days (estimated April 5 - June 3 each fire season).
- Systems: Required Flight Data Monitoring System (FDMS) at contract start, and a Safety Management System (SMS) Manual.
Contract Details
- Contract Type: Single Award Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: February 1, 2026, to January 31, 2031 (five ordering periods)
- Maximum Value: $6,500,000
- Minimum Guarantee: 60 days of Daily Availability for the first year.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 115310 with a size standard of $34 million.
- Product Service Code: F003 - Forest/Range Fire Suppression/Presuppression Services.
Submission & Evaluation
- Offer Due Date: December 30, 2025, at 1300 hours.
- Submission: Electronic copy of the quote via email to Shay Roadruck.
- Evaluation Factors: Technical Capability, Organizational Safety, and Past Performance are of equal importance and collectively more important than Total Evaluated Price.
Amendments & Important Notes
- Amendment 0002 (Dec 15, 2025): Provided answers to additional questions. Clarified that subsistence allowance is not paid when the aircraft is at the designated base (Bemidji) and should be incorporated into the Daily Availability rate. Also clarified that the FDMS is required at the start of the contract, not upon bid submission. The proposal deadline and Period of Performance remain unchanged.
- Amendment 0001 (Dec 9, 2025): Provided answers to questions, including clarifications on average flight hours, dispatch to Alaska, and confirmation of the FDMS requirement.
- Wage Determinations: Two wage determinations (WD 1995-0221 Rev 70 and WD 1995-0222 Rev 69) are included, detailing minimum wage rates, fringe benefits (Health & Welfare, vacation, holidays), hazardous pay differentials, and uniform allowances. Bidders must account for these labor costs.
- Contact: Shay Roadruck, shay_roadruck@ibc.doi.gov, 571-513-3226.
People
Points of Contact
Roadruck, ShayPRIMARY