DOI awards $4.4M for aerial firefighting, highlighting a critical need for rapid response capabilities
Contract Overview
Contract Amount: $4,435,112 ($4.4M)
Contractor: ARC Aviation of Texas, LLC
Awarding Agency: Department of the Interior
Start Date: 2025-07-28
End Date: 2026-04-30
Contract Duration: 276 days
Daily Burn Rate: $16.1K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: ON-CALL SINGLE ENGINE AIR TANKER (SEAT) FLIGHT SERVICES
Place of Performance
Location: WINNIE, CHAMBERS County, TEXAS, 77665
State: Texas Government Spending
Plain-Language Summary
Department of the Interior obligated $4.4 million to ARC AVIATION OF TEXAS, LLC for work described as: ON-CALL SINGLE ENGINE AIR TANKER (SEAT) FLIGHT SERVICES Key points: 1. Value for money appears reasonable given the specialized nature of aerial firefighting services. 2. The contract was awarded through full and open competition, suggesting a competitive pricing environment. 3. Risk indicators are moderate, primarily related to operational performance and potential weather disruptions. 4. Performance context is crucial, as timely aircraft availability directly impacts wildfire containment. 5. Sector positioning is within the essential public safety and natural resource management domain. 6. The contract duration of 276 days aligns with typical wildfire seasons.
Value Assessment
Rating: good
The contract value of $4.4 million for on-call single-engine air tanker (SEAT) flight services is within a reasonable range for specialized aerial firefighting assets. Benchmarking against similar contracts for SEAT services is challenging due to variations in operational tempo, geographic coverage, and specific mission requirements. However, the firm-fixed-price structure suggests that the contractor bears the primary risk for cost overruns, which can be a positive indicator of value if the price is competitive.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This contract was awarded under 'Full and Open Competition After Exclusion of Sources,' indicating that while the initial solicitation may have had some restrictions, the final award was made after a broad competitive process. The specific details of the exclusion are not provided, but the 'full and open' designation suggests multiple bidders were considered. A competitive process generally leads to better price discovery and potentially lower costs for the government.
Taxpayer Impact: A competitive award process helps ensure that taxpayer dollars are used efficiently by driving down prices through market forces. It signals that the government sought the best value from a range of qualified providers.
Public Impact
The primary beneficiaries are federal agencies responsible for wildfire suppression, including the Department of the Interior and potentially others like the Forest Service. The service delivered is critical aerial firefighting support, providing rapid response capabilities to combat wildfires. The geographic impact is focused on areas prone to wildfires, likely within Texas and surrounding regions where the contractor is based. Workforce implications include employment for pilots, mechanics, and support staff for the air tanker operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for operational delays due to weather conditions impacting flight schedules.
- Ensuring consistent availability of specialized aircraft and qualified pilots throughout the contract period.
- Monitoring contractor performance to ensure adherence to safety and operational standards.
Positive Signals
- The use of a firm-fixed-price contract shifts cost risk to the contractor.
- Awarding through full and open competition suggests a robust selection process.
- The contract duration aligns with the seasonal demands of wildfire response.
Sector Analysis
The aerial firefighting sector is a critical component of public safety and natural resource management. This contract fits within the broader landscape of government services aimed at mitigating the impact of wildfires. Spending in this sector can fluctuate based on wildfire activity and agency budgets. Comparable spending benchmarks are difficult to establish precisely due to the highly specialized and often urgent nature of these services, but consistent investment is required to maintain adequate response capabilities.
Small Business Impact
The data indicates that small business participation (ss: false, sb: false) was not a primary set-aside consideration for this specific contract. ARC AVIATION OF TEXAS, LLC is the prime contractor. There is no explicit information on subcontracting plans with small businesses. The impact on the small business ecosystem would depend on whether the prime contractor utilizes small business subcontractors for support services, which is not detailed here.
Oversight & Accountability
Oversight for this contract would typically fall under the contracting officer and program managers within the Department of the Interior's relevant bureaus (e.g., Bureau of Land Management, National Park Service). Accountability measures are embedded in the contract terms, including performance standards and reporting requirements. Transparency is generally maintained through contract databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse is suspected.
Related Government Programs
- Wildfire Suppression Services
- Aviation Support Contracts
- Emergency Response Services
- Department of the Interior Aviation Management
Risk Flags
- Potential for weather-related operational disruptions.
- Ensuring consistent contractor availability throughout the contract period.
- Need for robust performance monitoring to ensure safety and effectiveness.
Tags
aerial-firefighting, department-of-the-interior, aviation-services, wildfire-suppression, firm-fixed-price, full-and-open-competition, delivery-order, texas, support-activities-for-forestry, emergency-response
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $4.4 million to ARC AVIATION OF TEXAS, LLC. ON-CALL SINGLE ENGINE AIR TANKER (SEAT) FLIGHT SERVICES
Who is the contractor on this award?
The obligated recipient is ARC AVIATION OF TEXAS, LLC.
Which agency awarded this contract?
Awarding agency: Department of the Interior (Departmental Offices).
What is the total obligated amount?
The obligated amount is $4.4 million.
What is the period of performance?
Start: 2025-07-28. End: 2026-04-30.
What is the track record of ARC AVIATION OF TEXAS, LLC in providing similar aerial firefighting services?
Information regarding ARC AVIATION OF TEXAS, LLC's specific track record in providing on-call single-engine air tanker (SEAT) flight services is not detailed in the provided data. A comprehensive assessment would require reviewing past performance evaluations, contract history, and any reported incidents or commendations related to their operations. Federal procurement databases often contain past performance information that can shed light on a contractor's reliability, quality of service, and adherence to safety protocols. Without this specific data, it's difficult to definitively assess their experience and suitability for this critical role beyond the fact that they were selected through a competitive process.
How does the awarded price of $4.4 million compare to market rates for similar SEAT services?
Directly comparing the $4.4 million award to precise market rates for SEAT services is challenging due to the variability in contract terms, duration, operational scope, and geographic location. Aerial firefighting contracts are often priced based on factors like aircraft availability, flight hours, readiness rates, and response times, which can differ significantly. The firm-fixed-price nature of this contract suggests a negotiated rate that accounts for anticipated operational costs and contractor profit. To benchmark effectively, one would need to analyze data from comparable contracts awarded by federal or state agencies for similar SEAT capabilities, considering factors such as the number of operational days and the expected mission profile. The 'full and open competition' aspect suggests the price was vetted against multiple offers.
What are the primary risks associated with this contract, and how are they being mitigated?
The primary risks associated with this contract revolve around operational performance and environmental factors. Key risks include the potential for aircraft mechanical failures, pilot availability issues, and disruptions due to adverse weather conditions (e.g., high winds, poor visibility, thunderstorms) that can ground aircraft. Mitigation strategies are typically embedded within the contract through performance standards, reporting requirements, and penalties for non-compliance. The firm-fixed-price structure also incentivizes the contractor to manage operational costs and risks effectively. Furthermore, the Department of the Interior likely has contingency plans and may utilize other available assets or contractors if the primary SEAT services are unavailable due to unforeseen circumstances.
How effective is the 'full and open competition after exclusion of sources' method in ensuring value for taxpayers?
The 'full and open competition after exclusion of sources' method aims to balance broad market access with specific requirements. While 'full and open' generally promotes competition, the 'exclusion of sources' implies that certain potential bidders were initially excluded based on predefined criteria (e.g., specific certifications, past performance, or technical capabilities). The effectiveness in ensuring value for taxpayers hinges on whether the exclusion criteria were justified and did not unduly limit the competitive pool. If the exclusion was narrowly tailored to ensure only highly qualified providers participated, and multiple capable bidders still emerged, it can lead to competitive pricing and high-quality service. However, if the exclusion was overly restrictive, it could limit competition and potentially increase costs.
What is the historical spending pattern for on-call SEAT flight services by the Department of the Interior?
Analyzing historical spending patterns for on-call SEAT flight services by the Department of the Interior (DOI) requires access to comprehensive federal procurement data over multiple fiscal years. This specific contract award of $4.4 million represents a single data point. To understand historical trends, one would need to aggregate data on similar contracts awarded by the DOI and its various bureaus (e.g., Bureau of Land Management, National Park Service) over several years. Factors influencing historical spending include the severity of wildfire seasons, changes in firefighting strategies, fleet modernization efforts, and budget allocations. A trend analysis would reveal whether spending on such services is increasing, decreasing, or remaining stable, providing context for the current award.
Industry Classification
NAICS: Agriculture, Forestry, Fishing and Hunting › Support Activities for Forestry › Support Activities for Forestry
Product/Service Code: NATURAL RESOURCES MANAGEMENT › NATURAL RESOURCE CONSERVERVAT 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: 412 AIRPORT RD, WINNIE, TX, 77665
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Limited Liability Corporation, Small Business, Special Designations, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $4,435,112
Exercised Options: $4,435,112
Current Obligation: $4,435,112
Actual Outlays: $3,905,088
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 140D0424D0059
IDV Type: IDC
Timeline
Start Date: 2025-07-28
Current End Date: 2026-04-30
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2026-03-19
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.)