J--Helicopter maintenance 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 IBC ACQ SVCS DIRECTORATE, has issued a Request for Proposals (RFP) for Helicopter Maintenance Services in support of the U.S. Park Police (USPP) in Washington, D.C. This requirement is for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide comprehensive maintenance for government-owned aircraft. The acquisition is unrestricted, open to full and open competition. Proposals are due by February 27, 2026, at 1600 Eastern Standard Time.
Scope of Work
The contractor will provide commercial scheduled and non-scheduled aircraft maintenance services for Bell Helicopter 206L3 and two Bell Helicopter 412's. Services include inspections, preventative maintenance, repairs, rebuilding, alterations, painting (minor touch-up/corrosion control), overhaul, testing, and servicing of airframes, engines, rotors, avionics, appliances, and component parts. An on-site mechanic is required in the Washington D.C. area, with scheduled and heavy maintenance to be performed at an FAA-approved repair station. The contractor must possess an FAA 145 Repair Station Certification and operate a permanent hangar within a 175-statute mile radius of the USPP Hangar in Washington, D.C. All maintenance must comply with Federal Aviation Regulations and DOI directives. The Government will not provide historical data or estimated annual workload. Subcontracting is intended for highly specialized functions, and the offeror must provide all parts.
Contract Details
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ), single-award.
- Period of Performance: April 1, 2026, through March 31, 2031 (five-year ordering period), with a potential six-month extension under FAR 52.217-8.
- Minimum Guarantee: $500.00 towards the first service call.
- NAICS Code: 488190, Other Support Activities for Air Transportation, with a small business size standard of $35.0 million.
Submission & Evaluation
- Proposals Due: February 27, 2026, at 1600 EST.
- Submission Method: Electronically via email to the Contracting Officer. Proposals can be submitted in a single email (if under 40MB) or split across multiple emails.
- Evaluation Factors: Offeror Capability, Facility Location, Organizational Past Performance, and Evaluated Price. Non-cost factors combined are more important than price.
- Contact: Justin Kondeff (justin_kondeff@ibc.doi.gov) for questions.
- Eligibility: Offerors must be registered in SAM.gov to be eligible for award. Proof of insurance is required with the proposal submission.
Additional Notes
This solicitation (140D0426R0005) incorporates various FAR and DOI clauses by reference. Clarifications indicate no page limits or specific formatting for proposals, and appendices are permitted. Pricing must incorporate any handling fees or markups for contractor-furnished parts. Post-award debriefings will be offered upon written request.