Interior Department awards $2.5M for aerial firefighting, highlighting critical wildfire suppression needs
Contract Overview
Contract Amount: $2,518,992 ($2.5M)
Contractor: CO Fire Aviation, Inc.
Awarding Agency: Department of the Interior
Start Date: 2025-08-22
End Date: 2026-04-30
Contract Duration: 251 days
Daily Burn Rate: $10.0K/day
Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: SINGLE ENGINE AIR TANKER (SEAT) FLIGHT SERVICES TASK ORDER
Place of Performance
Location: FORT MORGAN, MORGAN County, COLORADO, 80701
State: Colorado Government Spending
Plain-Language Summary
Department of the Interior obligated $2.5 million to CO FIRE AVIATION, INC. for work described as: SINGLE ENGINE AIR TANKER (SEAT) FLIGHT SERVICES TASK ORDER Key points: 1. Value for money assessed through competitive bidding, aiming for cost-effective suppression resources. 2. Competition dynamics indicate a robust market for aerial firefighting services. 3. Risk indicators include reliance on specialized aircraft and potential for operational disruptions. 4. Performance context is critical for timely wildfire response and resource protection. 5. Sector positioning places this contract within the broader federal efforts for land management and disaster preparedness.
Value Assessment
Rating: good
The contract value of $2.52 million for SEAT flight services appears reasonable given the specialized nature of aerial firefighting. Benchmarking against similar contracts for SEAT services would provide a more precise value-for-money assessment. The firm-fixed-price structure helps control costs for the government. However, without detailed cost breakdowns or comparisons to market rates for similar services in the region, a definitive assessment of pricing efficiency is challenging.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was awarded under 'Full and Open Competition After Exclusion of Sources,' suggesting that while competition was sought, certain sources may have been excluded based on specific criteria. The number of bidders is not explicitly stated, but the award type implies a degree of competition. This approach aims to balance the need for specialized capabilities with ensuring fair pricing, though it may not achieve the same level of price discovery as unrestricted full and open competition.
Taxpayer Impact: This limited competition approach aims to secure specialized aerial firefighting capabilities while still seeking competitive pricing, potentially offering a good balance for taxpayer investment in critical emergency services.
Public Impact
Federal agencies, particularly the Department of the Interior and potentially state partners like CAL FIRE, benefit from enhanced wildfire suppression capabilities. Services delivered include critical aerial support for combating wildfires, reducing their spread and impact. Geographic impact is focused on areas prone to wildfires, primarily within the operational range of the awarded contract, likely in the Western United States. Workforce implications include support for pilots, ground crews, and aviation support personnel involved in firefighting operations.
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Potential for delays in service delivery due to weather or aircraft maintenance issues.
- Reliance on a single contractor for a critical service could pose a risk if performance falters.
- Ensuring consistent availability of specialized aircraft during peak fire seasons is a challenge.
Positive Signals
- The contract supports a critical national security and public safety function.
- Firm-fixed-price contract provides cost certainty for the government.
- Awarding to a contractor with demonstrated experience in aviation services is a positive signal.
Sector Analysis
The aerial firefighting sector is a specialized niche within the broader aviation and emergency services industries. It requires significant investment in specialized aircraft, maintenance, and trained personnel. Federal spending in this area is crucial for supporting land management agencies like the Department of the Interior and the Forest Service in their efforts to combat increasingly severe wildfire seasons. This contract fits within the government's strategy to maintain a robust aerial firefighting fleet.
Small Business Impact
The contract was not specifically set aside for small businesses, and there is no indication of subcontracting requirements for small businesses in the provided data. This suggests that the primary focus was on securing the specialized aerial firefighting capabilities, and the impact on the small business ecosystem may be indirect, potentially through opportunities for smaller aviation support services if the prime contractor utilizes them.
Oversight & Accountability
Oversight for this contract would typically fall under the Department of the Interior's contracting and program management offices. Accountability measures are embedded in the firm-fixed-price contract terms, requiring the contractor to deliver specified services. Transparency is generally maintained through contract award databases, though detailed performance metrics and oversight reports may not always be publicly accessible. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.
Related Government Programs
- Wildfire Suppression Support
- Aviation Services Contracts
- Emergency Response Services
- Forestry and Land Management Support
Risk Flags
- Limited competition may impact price discovery.
- Reliance on specialized aircraft carries inherent operational risks.
- Performance data for the contractor is not publicly detailed.
Tags
aerial-firefighting, single-engine-air-tanker, department-of-the-interior, wildfire-suppression, firm-fixed-price, limited-competition, aviation-services, emergency-response, forestry-support, colorado, task-order
Frequently Asked Questions
What is this federal contract paying for?
Department of the Interior awarded $2.5 million to CO FIRE AVIATION, INC.. SINGLE ENGINE AIR TANKER (SEAT) FLIGHT SERVICES TASK ORDER
Who is the contractor on this award?
The obligated recipient is CO FIRE AVIATION, INC..
Which agency awarded this contract?
Awarding agency: Department of the Interior (Departmental Offices).
What is the total obligated amount?
The obligated amount is $2.5 million.
What is the period of performance?
Start: 2025-08-22. End: 2026-04-30.
What is the track record of CO FIRE AVIATION, INC. in performing similar aerial firefighting contracts for federal agencies?
Assessing the track record of CO FIRE AVIATION, INC. requires a review of their past performance on federal contracts, particularly those involving Single Engine Air Tanker (SEAT) flight services. This would involve examining past performance evaluations, any documented disputes or contract terminations, and the duration and scope of previous engagements. A history of successful, on-time performance with positive feedback from agencies like the Department of the Interior or the Forest Service would indicate a lower risk. Conversely, a history of performance issues or contract disputes would raise concerns about the reliability and effectiveness of the contractor for this new task order. Without access to specific past performance data, it is difficult to definitively assess their reliability for this critical mission.
How does the awarded price compare to the market rate for SEAT flight services in the region?
Determining if the $2.52 million award represents good value requires benchmarking against prevailing market rates for SEAT flight services. This involves comparing the contract's per-hour or per-flight cost against industry data, rates paid by other federal or state agencies for similar services, and potentially the contractor's own published rates if available. Factors such as aircraft type, operational tempo, required response times, and geographic coverage influence these rates. If the awarded price is significantly higher than comparable contracts or market averages, it could indicate potential overpricing or a lack of sufficient competition. Conversely, a price at or below market rates suggests efficient procurement. Detailed analysis would necessitate access to specific market data and potentially the contractor's cost structure.
What are the primary risks associated with relying on a single contractor for SEAT flight services during peak fire season?
Relying on a single contractor for critical SEAT flight services during peak fire season introduces several risks. Firstly, there's the risk of service disruption due to unforeseen events such as aircraft mechanical failures, pilot availability issues, or accidents. If the primary contractor's assets are grounded, the government may face delays in response or be forced to seek expensive emergency replacements. Secondly, a lack of ongoing competition during the contract period could reduce the incentive for the contractor to maintain optimal performance or cost efficiency. Lastly, the government's leverage in negotiating future services or addressing performance issues might be diminished if alternative providers are scarce or cannot be quickly mobilized. Mitigating these risks often involves robust performance monitoring, clear contractual remedies, and contingency planning.
What is the historical spending pattern for SEAT flight services by the Department of the Interior?
Analyzing historical spending patterns for SEAT flight services by the Department of the Interior is crucial for understanding budget trends, identifying potential increases or decreases in demand, and assessing the consistency of contracting strategies. This involves examining spending data over several fiscal years to identify average annual expenditures, fluctuations related to wildfire activity, and the number and value of contracts awarded. Significant year-over-year increases might signal escalating wildfire threats or changes in resource allocation. Conversely, consistent or declining spending could indicate stable conditions or shifts towards different suppression methods. Understanding these patterns provides context for the current $2.52 million award and helps in forecasting future budgetary needs for aerial firefighting resources.
How does the 'Full and Open Competition After Exclusion of Sources' procurement method impact price discovery and overall value?
The 'Full and Open Competition After Exclusion of Sources' (FOCAES) method aims to balance the need for specialized capabilities with competitive pricing. By excluding certain sources, the agency might be targeting contractors with specific certifications, equipment, or past performance relevant to aerial firefighting. While this can lead to a more focused pool of bidders, it inherently limits the breadth of competition compared to unrestricted full and open competition. The impact on price discovery depends on the number and competitiveness of the remaining bidders. If the exclusion criteria significantly narrow the field, there's a risk that price discovery is less robust, potentially leading to higher prices than if a wider range of qualified vendors could compete. However, if the excluded sources were not truly capable or competitive, FOCAES might still yield good value by ensuring that only relevant, capable vendors participate.
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
Solicitation ID: 140D0424D0061
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 23101 HIGHWAY 52, FORT MORGAN, CO, 80701
Business Categories: Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business
Financial Breakdown
Contract Ceiling: $2,518,992
Exercised Options: $2,518,992
Current Obligation: $2,518,992
Actual Outlays: $2,518,992
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Cost or Pricing Data: NO
Parent Contract
Parent Award PIID: 140D0424D0061
IDV Type: IDC
Timeline
Start Date: 2025-08-22
Current End Date: 2026-04-30
Potential End Date: 2026-04-30 00:00:00
Last Modified: 2026-01-16
More Contracts from CO Fire Aviation, Inc.
- Single Engine AIR Tanker (seat) Exclusive USE Flight Services - Durango, CO and Grand Junction, CO — $11.7M (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.)