Fixed‑wing flight services in Nebraska and Wyoming

SOL #: 12639526Q0090Pre-Solicitation

Overview

Buyer

Agriculture
Animal And Plant Health Inspection Service
MRPBS MINNEAPOLIS MN
MINNEAPOLIS, MN, 55401, United States

Place of Performance

Lincoln, NE

NAICS

Other Nonscheduled Air Transportation (481219)

PSC

Air Charter For Things (V121)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 30, 2026
2
Last Updated
Apr 4, 2026
3
Response Deadline
Apr 7, 2026, 5:00 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 United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Wildlife Services (WS) program is seeking to establish a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for fixed-wing flight services supporting wildlife damage management operations in Nebraska and Wyoming. This is a Total Small Business Set-Aside. The anticipated effective date is May 1, 2026. Quotations are due April 7, 2026.

Scope of Work

The contractor will provide commercial aviation services (CAS) using fixed-wing aircraft for wildlife damage management operations. This includes all necessary flight services to support APHIS WS activities in the specified regions.

Contract & Timeline

  • Type: Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ)
  • Duration: Five ordering periods, each 12 months in duration (total 5 years)
  • Anticipated Effective Date: May 1, 2026
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 481219 (Size Standard: $25M)
  • Quotation Due: April 7, 2026, 5:00 PM UTC
  • Published: April 1, 2026

Evaluation

Award will be based on best value to the government, utilizing a comparative evaluation of quotations. Evaluation factors will include Price, Technical, and Past Performance, in accordance with FAR Model Deviation [Revolutionary FAR Overhaul (RFO)] 12.203(a).

Additional Notes

A clarification (QA1) was posted on April 1, 2026, stating that the Contractor must provide all Personal Protective Equipment (PPE) for pilots (e.g., flight suit, gloves, helmet). The solicitation package will be issued via email IAW FAR Model Deviation [Revolutionary FAR Overhaul (RFO)] 12.201-1(c)(2). Questions should be directed to Amanda Barbosa via email.

People

Points of Contact

Amanda BarbosaPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Pre-Solicitation
Posted: Apr 4, 2026
View
Version 2Viewing
Pre-Solicitation
Posted: Apr 1, 2026
Version 1
Pre-Solicitation
Posted: Mar 30, 2026
View
Fixed‑wing flight services in Nebraska and Wyoming | GovScope