Interior Department awards $3M+ for wildfire aerial support, with Bridger Aerospace Group securing the contract

Contract Overview

Contract Amount: $3,017,057 ($3.0M)

Contractor: Bridger Aerospace Group, LLC

Awarding Agency: Department of the Interior

Start Date: 2025-04-16

End Date: 2025-12-05

Contract Duration: 233 days

Daily Burn Rate: $12.9K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: FIXED WING FIRE EXCLUSIVE USE UTILITY (FORT WAINWRIGHT)

Place of Performance

Location: FORT WAINWRIGHT, FAIRBANKS NORTH STAR County, ALASKA, 99703

State: Alaska Government Spending

Plain-Language Summary

Department of the Interior obligated $3.0 million to BRIDGER AEROSPACE GROUP, LLC for work described as: FIXED WING FIRE EXCLUSIVE USE UTILITY (FORT WAINWRIGHT) Key points: 1. The contract value appears reasonable for specialized aerial firefighting services, considering the operational demands and equipment required. 2. Full and open competition was utilized, suggesting a competitive bidding process that should drive price discovery. 3. The contract duration of approximately 8 months aligns with typical wildfire season needs. 4. This award supports critical wildfire suppression efforts in Alaska, a region prone to significant fire activity. 5. The fixed-price contract type shifts performance risk to the contractor, incentivizing efficient service delivery.

Value Assessment

Rating: good

The contract value of over $3 million for exclusive use utility aircraft for wildfire suppression is within a reasonable range for specialized services. Benchmarking against similar contracts for aerial firefighting in remote or high-risk areas would provide further context. The firm fixed-price structure suggests that the contractor has assessed risks and costs, and the price reflects those considerations. Without specific per-unit cost data or detailed operational metrics, a precise value-for-money assessment is challenging, but the overall award amount seems appropriate for the service scope.

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 while the competition was broad, specific exclusions might have been applied based on unique capabilities or requirements. The use of full and open competition is generally positive for price discovery, as it allows multiple qualified vendors to bid. The number of bidders is not specified, but the process suggests an effort to solicit the best value from the market.

Taxpayer Impact: A competitive bidding process, even with potential exclusions, is beneficial for taxpayers as it encourages lower pricing and better service offerings from multiple providers.

Public Impact

The primary beneficiaries are federal and state agencies responsible for wildfire management and suppression in Alaska. The contract delivers critical aerial support, including water or retardant drops, reconnaissance, and personnel transport, essential for combating wildfires. The geographic impact is focused on Alaska, a state with vast, often remote, areas susceptible to wildfires. The contract supports specialized aviation jobs within the contractor's organization.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The aerial firefighting sector is a critical component of national defense against wildfires, particularly in regions like Alaska. This contract falls under the broader aerospace and defense services industry, with specialized niches in emergency response aviation. Market size for aerial firefighting is substantial, driven by increasing wildfire frequency and severity. This contract represents a specific, localized need for dedicated aerial suppression resources, fitting within the Department of the Interior's broader wildfire management strategy.

Small Business Impact

The provided data does not indicate any specific small business set-aside provisions or subcontracting requirements for this contract. Therefore, the direct impact on the small business ecosystem is not evident from this award alone. Further analysis of the contractor's subcontracting plan, if applicable, would be necessary to assess any implications for small businesses.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Interior's contracting officers and program managers. Accountability measures are embedded in the firm fixed-price contract terms, requiring delivery of specified services. Transparency is generally maintained through contract award databases, though specific performance metrics and detailed operational oversight are internal to the agency. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

sector-other, agency-department-of-the-interior, geography-alaska, contract-type-firm-fixed-price, competition-full-and-open, service-aerial-transportation, service-wildfire-suppression, size-category-large, award-type-delivery-order

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $3.0 million to BRIDGER AEROSPACE GROUP, LLC. FIXED WING FIRE EXCLUSIVE USE UTILITY (FORT WAINWRIGHT)

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 $3.0 million.

What is the period of performance?

Start: 2025-04-16. End: 2025-12-05.

What is Bridger Aerospace Group's track record with federal wildfire suppression contracts?

Bridger Aerospace Group has a notable track record in aerial firefighting, operating a fleet of specialized aircraft, including the Fire Boss. They have secured contracts with various federal agencies, such as the U.S. Forest Service and the Bureau of Land Management, for wildfire suppression and support. Their experience often involves providing exclusive-use aircraft for critical periods during fire seasons. Publicly available information and past performance reviews from agencies would offer a more detailed assessment of their reliability, safety record, and effectiveness in fulfilling contract obligations. Their specialization in amphibious aircraft like the Fire Boss suggests a capability for rapid deployment and water scooping, which is highly valued in certain terrains and fire conditions.

How does the awarded amount compare to similar exclusive-use aerial firefighting contracts?

The awarded amount of approximately $3 million for an exclusive-use utility aircraft for a period of roughly 8 months (April to December 2025) appears to be within the expected range for such specialized services. Exclusive-use contracts guarantee the availability of a specific aircraft and crew for the duration, which commands a premium compared to call-when-needed services. Factors influencing cost include aircraft type, capabilities (e.g., water-dropping capacity, speed, range), operational readiness, maintenance, and the specific geographic area of operation. Contracts for similar high-demand, specialized aviation assets in remote or challenging environments, like Alaska, often represent significant investments. A detailed comparison would require access to specific contract details, performance periods, and operational scopes of comparable awards.

What are the primary risks associated with this type of contract?

The primary risks associated with this contract include operational risks such as aircraft mechanical failures, weather-related delays or cancellations, and pilot availability, all of which could impact wildfire suppression efforts. There's also a risk of cost escalation if unforeseen operational complexities arise, although the firm fixed-price structure aims to mitigate this for the government. For the contractor, risks include underestimating operational costs, potential for damage to expensive equipment, and the inherent dangers of aerial firefighting. The government's risk is primarily centered on ensuring the availability and effectiveness of critical suppression assets when needed, especially during peak wildfire seasons.

How effective is the 'Full and Open Competition After Exclusion of Sources' method for ensuring value?

The 'Full and Open Competition After Exclusion of Sources' method aims to balance broad market solicitation with the need for specific capabilities. It allows any responsible source to submit an offer but may exclude sources that do not meet specific, justified criteria (e.g., unique technical qualifications, security clearances, or existing infrastructure). This approach can ensure that competition occurs among qualified vendors, potentially leading to better value than a sole-source award. However, the effectiveness in ensuring maximum value depends on the justification for exclusions; overly restrictive exclusions could limit competition and potentially increase prices. The number of bidders and the resulting price spread would be key indicators of how well this method achieved value for this specific contract.

What is the historical spending trend for similar aerial firefighting services 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 spends significant amounts on aerial firefighting resources annually. Historical spending trends show a substantial and often increasing investment in aviation support due to factors like climate change, increased development in wildland-urban interfaces, and more aggressive fire suppression policies. Contracts for exclusive-use aircraft, such as the one awarded to Bridger Aerospace Group, represent a significant portion of this budget. Analyzing past DOI spending on similar fixed-wing or rotor-wing aerial firefighting assets, particularly in Alaska, would reveal patterns of demand, cost fluctuations, and the types of services most frequently procured.

Industry Classification

NAICS: Transportation and WarehousingNonscheduled Air TransportationNonscheduled Chartered Passenger Air Transportation

Product/Service Code: TRANSPORT, TRAVEL, RELOCATIONTRAVEL, 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: 90 AVIATION LN, BELGRADE, MT, 59714

Business Categories: Category Business, Limited Liability Corporation, Partnership or Limited Liability Partnership, Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $3,017,057

Exercised Options: $3,017,057

Current Obligation: $3,017,057

Actual Outlays: $3,017,057

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 140D0425D0005

IDV Type: IDC

Timeline

Start Date: 2025-04-16

Current End Date: 2025-12-05

Potential End Date: 2025-12-05 00:00:00

Last Modified: 2026-01-06

More Contracts from Bridger Aerospace Group, LLC

View all Bridger Aerospace Group, LLC federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending