DOI awards $5.2M for exclusive use fixed-wing aircraft for 2025 wildland fire season
Contract Overview
Contract Amount: $5,219,404 ($5.2M)
Contractor: Bridger Aerospace Group, LLC
Awarding Agency: Department of the Interior
Start Date: 2025-02-01
End Date: 2025-10-30
Contract Duration: 271 days
Daily Burn Rate: $19.3K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: TASK ORDER FOR THE 2025 WILDLAND FIRE SEASON UNDER CONTRACT 140D0423D0083 FOR AN EXCLUSIVE USE (EU) FIXED WING ATGS WITH SENSOR BASED IN OKMULGEE, OK, SHOW LOW, AZ, AND OMAK, WA.
Place of Performance
Location: SHOW LOW, NAVAJO County, ARIZONA, 85901
State: Arizona Government Spending
Plain-Language Summary
Department of the Interior obligated $5.2 million to BRIDGER AEROSPACE GROUP, LLC for work described as: TASK ORDER FOR THE 2025 WILDLAND FIRE SEASON UNDER CONTRACT 140D0423D0083 FOR AN EXCLUSIVE USE (EU) FIXED WING ATGS WITH SENSOR BASED IN OKMULGEE, OK, SHOW LOW, AZ, AND OMAK, WA. Key points: 1. Contract provides critical aerial firefighting capabilities for the upcoming season. 2. Fixed-wing aircraft with sensors offer specialized support for fire detection and suppression. 3. The contract duration of 271 days aligns with typical wildland fire season needs. 4. Geographic coverage includes Arizona, Oklahoma, and Washington, indicating broad operational scope. 5. The firm fixed-price contract type aims to control costs and provide budget certainty. 6. This task order is part of a larger contract, suggesting potential for future needs.
Value Assessment
Rating: good
The award of $5.2 million for exclusive use fixed-wing aircraft appears reasonable given the specialized nature of aerial firefighting and the inclusion of sensor technology. Benchmarking against similar contracts for exclusive use aircraft with advanced sensors is challenging due to limited public data. However, the firm fixed-price structure suggests a degree of cost control. The duration of the contract (271 days) is appropriate for a single fire season, and the geographic spread indicates a comprehensive approach to resource allocation.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition after exclusion of sources, indicating that multiple vendors were likely considered. While the specific number of bidders is not provided, this procurement method generally fosters competitive pricing. The 'exclusion of sources' clause might suggest specific technical requirements or existing relationships that narrowed the field, but the 'full and open' aspect implies a broad initial solicitation.
Taxpayer Impact: A competitive bidding process, even with potential source exclusions, is beneficial for taxpayers as it encourages multiple companies to offer their best pricing and service, potentially leading to cost savings compared to sole-source or limited competition awards.
Public Impact
Benefits federal agencies responsible for wildland fire management, including the Department of the Interior. Provides essential aerial support for detecting, monitoring, and suppressing wildland fires. Services will be delivered across Arizona, Oklahoma, and Washington, supporting critical fire management operations in these regions. Supports specialized aviation jobs related to sensor operation and aircraft maintenance.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for cost overruns if operational needs exceed initial projections under a firm fixed-price contract.
- Dependence on a single contractor for exclusive use aircraft could pose risks if the contractor faces operational issues.
- Geographic limitations might arise if fires occur outside the specified operational areas.
- Weather-related delays or cancellations could impact service availability during critical periods.
Positive Signals
- Firm fixed-price contract provides budget certainty for the agency.
- Exclusive use aircraft ensures dedicated resources are available when needed.
- Inclusion of sensors enhances situational awareness and firefighting effectiveness.
- Task order structure allows for flexibility within a broader contract framework.
Sector Analysis
The aerial firefighting services sector is highly specialized, involving significant capital investment in aircraft and technology. This contract fits within the broader government spending on natural resource management and emergency response. Comparable spending benchmarks are difficult to establish precisely due to the unique 'exclusive use' nature and sensor integration, but overall federal spending on aviation support for firefighting is substantial, often in the hundreds of millions annually across various agencies.
Small Business Impact
The data indicates this contract was not specifically set aside for small businesses (ss: false, sb: false). Therefore, the primary contractor, Bridger Aerospace Group, LLC, is likely a larger entity. There is no explicit information on subcontracting plans for small businesses within this task order. The impact on the small business ecosystem would depend on whether Bridger Aerospace utilizes small businesses for support services or maintenance, which is not detailed here.
Oversight & Accountability
Oversight for this contract would primarily fall under the Department of the Interior's contracting officers and program managers. Accountability measures are inherent in the firm fixed-price contract terms, requiring delivery of specified services. Transparency is facilitated by the Federal Procurement Data System (FPDS), where contract awards are reported. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Wildland Fire Management
- Aviation Support Services
- Emergency Response Contracts
- Department of the Interior Contracts
- Fixed-Wing Aircraft Charters
Risk Flags
- Potential for performance issues
- Budgetary constraints impacting service levels
- Geographic limitations of service area
- Dependence on contractor's operational capacity
Tags
wildland-fire-fighting, aviation-services, fixed-wing-aircraft, department-of-the-interior, firm-fixed-price, full-and-open-competition, exclusive-use, arizona, oklahoma, washington, emergency-response, natural-resource-management
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $5.2 million to BRIDGER AEROSPACE GROUP, LLC. TASK ORDER FOR THE 2025 WILDLAND FIRE SEASON UNDER CONTRACT 140D0423D0083 FOR AN EXCLUSIVE USE (EU) FIXED WING ATGS WITH SENSOR BASED IN OKMULGEE, OK, SHOW LOW, AZ, AND OMAK, WA.
Who is the contractor on this award?
The obligated recipient is BRIDGER AEROSPACE GROUP, LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (Departmental Offices).
What is the total obligated amount?
The obligated amount is $5.2 million.
What is the period of performance?
Start: 2025-02-01. End: 2025-10-30.
What is the track record of Bridger Aerospace Group, LLC in performing similar aerial firefighting contracts?
Bridger Aerospace Group, LLC has a demonstrated history in providing aerial firefighting services. As of the data provided, they are the awardee for this specific task order. Further investigation into their past performance on federal contracts, including any previous task orders under contract 140D0423D0083 or similar agreements with agencies like the Department of the Interior, Forest Service, or Bureau of Land Management, would be necessary to fully assess their track record. This would involve reviewing past performance evaluations, any documented disputes or contract terminations, and the scale and complexity of previous operations they have managed. Their experience with exclusive-use fixed-wing aircraft and sensor integration is a key factor in their suitability for this role.
How does the pricing of this task order compare to similar exclusive-use fixed-wing aircraft contracts?
Directly comparing the $5.2 million price for this task order to similar exclusive-use fixed-wing aircraft contracts is challenging without access to detailed pricing structures and specific aircraft capabilities. Factors influencing price include aircraft type, sensor suite sophistication, operational duration (271 days), geographic coverage, and required response times. The 'full and open competition after exclusion of sources' suggests a competitive process, which should theoretically drive pricing towards market rates. However, the specialized nature of 'exclusive use' aircraft with integrated sensors often commands a premium. Benchmarking would ideally involve analyzing data from other federal agencies procuring similar assets for similar durations and operational requirements, looking at cost per flight hour or cost per operational day.
What are the primary risks associated with this contract, and how are they mitigated?
Key risks include operational disruptions (e.g., aircraft maintenance issues, pilot availability, weather grounding), potential cost overruns if the firm fixed-price contract doesn't adequately account for unforeseen operational demands, and performance failures in critical fire situations. Mitigation strategies likely include robust maintenance schedules, contingency planning for aircraft availability, clear performance standards and penalties within the contract, and the agency's ability to exercise oversight and potentially seek alternative solutions if performance is deficient. The contractor's own risk management protocols are also crucial. The geographic spread of operations could also pose logistical challenges.
How effective is the use of fixed-wing aircraft with sensors for wildland fire management compared to other aerial assets?
Fixed-wing aircraft equipped with advanced sensors offer significant advantages in wildland fire management. Sensors can provide real-time data on fire progression, intensity, and spread, enabling more informed strategic decisions for ground crews and aerial suppression efforts. Fixed-wing platforms can cover large areas quickly, aiding in initial attack and large-fire mapping. Compared to helicopters, fixed-wing aircraft can often stay airborne longer and cover more ground, though they may lack the precision maneuverability for direct water drops in complex terrain. Their effectiveness is maximized when integrated into a broader aerial firefighting strategy that also includes helicopters and ground resources.
What are the historical spending patterns for aerial firefighting support by the Department of the Interior?
The Department of the Interior (DOI), through agencies like the Bureau of Land Management (BLM) and the National Park Service (NPS), consistently allocates significant funds towards wildland fire management, including aerial support. Historical spending data would reveal a trend of substantial annual investment, often fluctuating based on fire severity and season length. This spending typically covers a mix of exclusive-use aircraft, call-when-needed contracts, and government-owned aircraft. Analyzing past budgets and contract awards would show a sustained reliance on aviation assets for detection, suppression, and logistics, with figures often reaching tens to hundreds of millions of dollars annually across the department for fire suppression operations.
What is the significance of the 'exclusive use' designation for these aircraft?
The 'exclusive use' designation means that these specific fixed-wing aircraft are contracted for the sole use of the Department of the Interior during the contract period (February 1, 2025, to October 30, 2025). This guarantees availability and prioritizes these assets for DOI's needs, which is critical during high-demand periods like the wildland fire season. Unlike 'call-when-needed' contracts, where aircraft availability can vary, exclusive use ensures that Bridger Aerospace Group, LLC's contracted aircraft are dedicated to DOI missions, reducing the risk of resource unavailability when fires are active. This dedicated availability comes at a premium cost compared to shared or on-demand resources.
Industry Classification
NAICS: Transportation and Warehousing › Nonscheduled Air Transportation › Nonscheduled Chartered Passenger Air Transportation
Product/Service Code: TRANSPORT, TRAVEL, RELOCATION › TRAVEL, LODGING, RECRUITMENT SVCS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 8 THE GREEN, STE B, DOVER, DE, 19901
Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $5,219,404
Exercised Options: $5,219,404
Current Obligation: $5,219,404
Actual Outlays: $5,219,404
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 140D0423D0083
IDV Type: IDC
Timeline
Start Date: 2025-02-01
Current End Date: 2025-10-30
Potential End Date: 2025-10-30 00:00:00
Last Modified: 2026-02-09
More Contracts from Bridger Aerospace Group, LLC
- Task Order for the 2025 Wildland Fire Season Under Contract 140D0423D0082 for an Exclusive USE (EU) Fixed Wing Atgs With Sensor Based in Bemidji, MN, Double Eagle, NM, and Ronan, MT — $4.2M (Department of the Interior)
- Fixed Wing Fire Exclusive USE Utility (fort Wainwright) — $3.0M (Department of the Interior)
- Task Order for the 2026 Wildland Fire Season Under Contract 140D0423D0083 for an Exclusive USE (EU) Fixed Wing Atgs With Sensor Based in Bartlesville, OK, Show LOW, AZ, and Moses Lake, WA — $2.5M (Department of the Interior)
Other Department of the Interior Contracts
- Department of Health and Human Services, Administration of Children and Families, Office of Refugee Resettlement's Legal Services for Unaccompanied Children — $832.4M (Acacia Center for Justice)
- Military Family Life Counseling Program Igf::ot::igf — $638.8M (MHN Government Services LLC)
- Military Family Life Counseling Program — $637.0M (Magellan Healthcare Inc)
- Grants Program Solutions and Information Technology Support Services — $446.3M (Guidehouse Digital LLC)
- THE Purpose of This Requirement for Grants Program Solutions and IT Support Services IS to Provide Efficient and Effective Grant, Financial, and Contract Management Services, IT Solutions, and Support to the Grantsolutions and ITS Partners — $403.1M (Guidehouse Inc.)