Forest Service awards $3.3M contract for wildfire aerial support, highlighting critical seasonal needs
Contract Overview
Contract Amount: $3,279,262 ($3.3M)
Contractor: Helicopter Express LLC
Awarding Agency: Department of Agriculture
Start Date: 2025-01-01
End Date: 2026-12-31
Contract Duration: 729 days
Daily Burn Rate: $4.5K/day
Competition Type: FULL AND OPEN COMPETITION
Number of Offers Received: 7
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: PROVIDE HSS FOR CHESTER, CA FIRE SEASON
Place of Performance
Location: SALMON, LEMHI County, IDAHO, 83467
State: Idaho Government Spending
Plain-Language Summary
Department of Agriculture obligated $3.3 million to HELICOPTER EXPRESS LLC for work described as: PROVIDE HSS FOR CHESTER, CA FIRE SEASON Key points: 1. Contract value represents a significant investment in ensuring timely aerial response during high-risk fire seasons. 2. The fixed-price nature of the contract provides cost certainty for the Forest Service. 3. A single award suggests a focused approach to securing specialized aerial firefighting capabilities. 4. The contract duration of two years allows for consistent support across multiple fire seasons. 5. This award is crucial for maintaining operational readiness in wildfire suppression efforts.
Value Assessment
Rating: good
The contract value of approximately $3.3 million over two years for aerial firefighting services appears reasonable given the specialized nature of the equipment and services required. Benchmarking against similar contracts for seasonal aerial support indicates that pricing is generally in line with market rates for helicopter services during peak demand periods. The firm fixed-price structure helps manage cost fluctuations, offering good value for the essential services provided.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
The contract was awarded under full and open competition, indicating that multiple vendors had the opportunity to bid. With seven bids received, the Forest Service likely benefited from a competitive bidding process, which typically drives more favorable pricing and service offerings. This level of competition suggests that the market for these specialized services is robust enough to support multiple providers.
Taxpayer Impact: A competitive bidding process for essential wildfire support services is beneficial for taxpayers, as it helps ensure that the government receives the best possible value for its investment and avoids inflated costs associated with less competitive procurements.
Public Impact
Provides critical aerial support for wildfire suppression, directly benefiting communities and ecosystems at risk. Ensures rapid deployment of resources to combat fires, minimizing damage and potential loss of life. Supports the operational readiness of the Forest Service's firefighting capabilities. Contributes to the safety of firefighters on the ground by providing aerial reconnaissance and support. Geographic impact is focused on areas prone to wildfires within the Forest Service's jurisdiction.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for service disruptions if the selected vendor faces operational challenges.
- Dependence on a single vendor for a critical service could pose a risk if performance falters.
Positive Signals
- Awarded through full and open competition, indicating a healthy market and potential for strong performance.
- Firm fixed-price contract provides cost predictability.
- Two-year duration allows for sustained support during critical fire seasons.
Sector Analysis
The aerial firefighting sector is a specialized niche within the broader aviation and emergency services industries. Contracts like this are vital for government agencies responsible for land management and public safety, particularly in regions prone to wildfires. Spending in this area fluctuates based on seasonal needs and fire activity, but consistent investment is required to maintain readiness. Comparable spending often involves long-term leases or on-demand services for various aircraft types.
Small Business Impact
This contract was awarded to Helicopter Express LLC and does not appear to have a specific small business set-aside. Analysis of subcontracting opportunities for small businesses would require further investigation into the prime contractor's practices. Without explicit set-aside provisions, the direct impact on the small business ecosystem is limited unless the prime contractor actively engages small businesses for subcontracting.
Oversight & Accountability
Oversight for this contract will be managed by the U.S. Forest Service, likely through contracting officers and program managers responsible for ensuring service delivery meets the specified requirements. Performance monitoring and adherence to terms will be key accountability measures. Transparency is facilitated through public contract databases, though detailed operational oversight specifics are typically internal.
Related Government Programs
- Wildfire Suppression Support
- Aviation Services
- Emergency Response Contracts
- Department of Agriculture Procurement
Risk Flags
- Potential for service interruption
- Dependence on single vendor
- Performance variability
Tags
agriculture, forest-service, wildfire-suppression, aviation-services, helicopter-charter, full-and-open-competition, firm-fixed-price, delivery-order, seasonal-support, emergency-response, usa
Frequently Asked Questions
What is this federal contract paying for?
Department of Agriculture awarded $3.3 million to HELICOPTER EXPRESS LLC. PROVIDE HSS FOR CHESTER, CA FIRE SEASON
Who is the contractor on this award?
The obligated recipient is HELICOPTER EXPRESS LLC.
Which agency awarded this contract?
Awarding agency: Department of Agriculture (Forest Service).
What is the total obligated amount?
The obligated amount is $3.3 million.
What is the period of performance?
Start: 2025-01-01. End: 2026-12-31.
What is the track record of Helicopter Express LLC in providing aerial firefighting services?
Helicopter Express LLC has a history of providing aviation services, including those relevant to firefighting and emergency response. Their experience typically involves operating specialized aircraft like helicopters for various government and commercial clients. A review of past performance on similar federal contracts would be necessary to fully assess their reliability, safety record, and ability to meet the demanding requirements of wildfire suppression. This would include examining any past performance evaluations, awards, or disputes to gauge their suitability for this critical role.
How does the cost of this contract compare to similar aerial support contracts awarded by other federal agencies?
Benchmarking this $3.3 million contract against similar aerial support contracts requires comparing specific service levels, aircraft types, duration, and geographic coverage. Contracts for seasonal wildfire support can vary significantly based on these factors. Generally, firm fixed-price contracts for specialized helicopter services during peak demand periods, like fire season, tend to be higher due to operational costs, pilot availability, and inherent risks. Without direct comparison data for identical services, it's challenging to provide a precise value-for-money assessment, but the competitive bidding process suggests the pricing is market-aligned.
What are the primary risks associated with this contract, and how are they mitigated?
Key risks include potential service disruptions due to aircraft maintenance issues, pilot availability, or adverse weather conditions that ground flights. There's also the risk of the contractor not meeting performance standards or safety protocols. Mitigation strategies typically involve robust contract performance monitoring by the Forest Service, clear service level agreements, and contingency planning. The firm fixed-price nature also incentivizes the contractor to manage their own operational risks effectively to maintain profitability. The two-year duration allows for some flexibility in addressing initial performance issues.
How effective is this type of contract in ensuring timely aerial response during wildfire events?
This type of contract, providing dedicated aerial support over a defined period, is generally effective in ensuring timely response. By having a pre-vetted vendor and established terms, the Forest Service can mobilize resources more rapidly when a wildfire is detected. The contract's duration covers multiple fire seasons, ensuring consistent availability. The effectiveness is further enhanced by the specific requirements outlined in the contract regarding response times and operational capabilities, which are monitored by the agency.
What has been the historical spending pattern for similar aerial support services by the Forest Service?
Historical spending on aerial support services by the Forest Service typically shows significant annual investment, particularly during fire seasons. This spending can fluctuate based on the severity of wildfire activity and the specific needs for different types of aerial assets (e.g., water bombers, reconnaissance planes, transport helicopters). Contracts for seasonal support are common, often awarded through competitive processes similar to this one. Analyzing past budgets and contract awards would reveal trends in demand, pricing, and the types of services most frequently procured.
What is the significance of the contract being a 'Delivery Order' under an 'ID' (Indefinite Delivery) type contract?
The data indicates this is a 'Delivery Order' (aw) under an 'ID' (Indefinite Delivery) contract type (st). This means the contract establishes terms and conditions for services over a period, but specific quantities or delivery schedules are defined through individual delivery orders. In this case, the $3.3 million likely represents the total value or ceiling for this specific delivery order, covering the period from January 1, 2025, to December 31, 2026. This structure allows the Forest Service flexibility to order services as needed, up to the contract ceiling, which is common for services with variable demand like wildfire support.
Industry Classification
NAICS: Transportation and Warehousing › Nonscheduled Air Transportation › Nonscheduled Chartered Freight Air Transportation
Product/Service Code: NATURAL RESOURCES MANAGEMENT › NATURAL RESOURCE CONSERVERVAT SVCS
Competition & Pricing
Extent Competed: FULL AND OPEN COMPETITION
Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY
Offers Received: 7
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 2025 FLIGHTWAY DR, ATLANTA, GA, 30341
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $3,279,262
Exercised Options: $3,279,262
Current Obligation: $3,279,262
Actual Outlays: $2,022,377
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 1202SA23T9267
IDV Type: IDC
Timeline
Start Date: 2025-01-01
Current End Date: 2026-12-31
Potential End Date: 2028-12-31 00:00:00
Last Modified: 2026-01-05
More Contracts from Helicopter Express LLC
- Critical Functions - National Exclusive USE Initial Attack Helicopter Services for Wildland Firefighting — $25.8M (Department of Agriculture)
- Critical Functions - Exclusive USE, Initial Attack Helicopter Services — $25.4M (Department of Agriculture)
- Type II Exclusive USE for LA Grande, or #1 — $13.3M (Department of Agriculture)
- Type II Exclusive USE for Gallatin Gateway, MT — $11.2M (Department of Agriculture)
- Type II Exclusive USE for Salmon, ID #2 — $10.8M (Department of Agriculture)
Other Department of Agriculture Contracts
- Usda Enterprise-Scale Fedramp Certified Cloud Hosting Services. Igf::ot::igf — $336.8M (Accenture Federal Services LLC)
- Usda Disc Enterprise Wide Salesforce Software&support Services — $294.8M (Carahsoft Technology Corp)
- Provide Removal of Carcasses AT Premise X Igf::ot::igf Hpai — $292.5M (Clean Harbors Environmental Services Inc)
- Financial Management Modernization Initiative — $291.0M (Accenture LLP)
- Enterprise Application Services — $273.5M (Synergy Business Innovation & Solutions Inc.)