Interior Department awards $5.6M for aerial firefighting, with Aero Spray Inc. securing the contract

Contract Overview

Contract Amount: $5,620,157 ($5.6M)

Contractor: Aero Spray Inc

Awarding Agency: Department of the Interior

Start Date: 2025-08-07

End Date: 2026-04-30

Contract Duration: 266 days

Daily Burn Rate: $21.1K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: ON-CALL AMPHIBIOUS SCOOPER SINGLE ENGINE AIR TANKER (SEAT) FLIGHT SERVICES

Place of Performance

Location: APPLETON, SWIFT County, MINNESOTA, 56208

State: Minnesota Government Spending

Plain-Language Summary

Department of the Interior obligated $5.6 million to AERO SPRAY INC for work described as: ON-CALL AMPHIBIOUS SCOOPER SINGLE ENGINE AIR TANKER (SEAT) FLIGHT SERVICES Key points: 1. Contract value appears reasonable given the specialized nature of aerial firefighting services. 2. Full and open competition suggests a competitive bidding process, potentially leading to better pricing. 3. The contract duration of 266 days indicates a focused operational period. 4. This contract supports critical forestry support activities, particularly during high-risk seasons. 5. The firm-fixed-price structure shifts cost risk to the contractor. 6. Geographic focus on Minnesota (ST: MN) highlights regional resource allocation.

Value Assessment

Rating: good

The contract value of $5.6 million for on-call amphibious scooper services is within a typical range for specialized aerial firefighting assets. Benchmarking against similar contracts for single-engine air tankers (SEAT) and amphibious scooper services would provide a more precise value-for-money assessment. The firm-fixed-price contract type generally indicates a predictable cost outcome for the government, assuming the contractor can manage their operational expenses effectively.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

The contract was awarded under full and open competition, indicating that all responsible sources were permitted to submit offers. The data does not specify the number of bidders, but this procurement method generally fosters a competitive environment, which can lead to more favorable pricing and service terms for the government. The agency sought a broad range of potential providers.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it maximizes the pool of potential offerors, increasing the likelihood of receiving competitive bids and thus potentially lower prices for essential services like aerial firefighting.

Public Impact

The primary beneficiaries are federal and state agencies responsible for wildfire suppression, ensuring critical resources are available. Services delivered include on-call flight operations for amphibious scooper aircraft equipped for firefighting. The contract has a geographic impact focused on Minnesota (ST: MN), supporting wildfire management in that region. Workforce implications include employment for pilots, ground crew, and support personnel involved in aerial firefighting operations.

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 prone to such events. This contract for Single Engine Air Tankers (SEAT) and amphibious scoopers fits within the broader landscape of aviation services supporting natural resource management and emergency response. Spending in this sector can fluctuate based on fire seasons and agency needs, but consistent investment is crucial for preparedness. Comparable spending benchmarks would involve analyzing other contracts for similar aircraft types and services across different federal agencies like the Forest Service or BLM.

Small Business Impact

The provided data indicates that this contract was not specifically set aside for small businesses (SB: false) and there is no explicit mention of subcontracting requirements for small businesses. Therefore, the direct impact on the small business ecosystem through this specific award appears limited, though the prime contractor may engage small businesses in their supply chain. Further analysis would be needed to determine if subcontracting plans were part of the competitive evaluation.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Interior's contracting officer 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 databases like FPDS. Inspector General jurisdiction would apply if any fraud, waste, or abuse were suspected.

Related Government Programs

Risk Flags

Tags

aerial-firefighting, amphibious-scooper, single-engine-air-tanker, department-of-the-interior, aero-spray-inc, minnesota, firm-fixed-price, full-and-open-competition, forestry-support, emergency-response, aviation-services

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $5.6 million to AERO SPRAY INC. ON-CALL AMPHIBIOUS SCOOPER SINGLE ENGINE AIR TANKER (SEAT) FLIGHT SERVICES

Who is the contractor on this award?

The obligated recipient is AERO SPRAY INC.

Which agency awarded this contract?

Awarding agency: Department of the Interior (Departmental Offices).

What is the total obligated amount?

The obligated amount is $5.6 million.

What is the period of performance?

Start: 2025-08-07. End: 2026-04-30.

What is the historical spending pattern for Aero Spray Inc. with the Department of the Interior and similar agencies for aerial firefighting services?

A review of historical spending data for Aero Spray Inc. would be necessary to establish a baseline for their performance and pricing. Analyzing past contracts with the Department of the Interior, Forest Service, Bureau of Land Management, and state agencies would reveal trends in contract values, service periods, and any performance issues or successes. This historical context is crucial for assessing whether the current $5.6 million award is consistent with their established business volume and capabilities, or if it represents a significant increase or decrease that might warrant further investigation into the reasons behind the change.

How does the per-hour or per-flight-hour cost of this contract compare to industry benchmarks for similar amphibious scooper aircraft?

To benchmark the value for money, a detailed cost-per-hour or cost-per-flight-hour analysis is essential. This would involve dividing the total contract value ($5.6 million) by the estimated total flight hours or operational days (266 days). Comparing this calculated rate against publicly available data or industry reports for similar amphibious scooper aircraft, considering factors like aircraft model, age, equipment, and operational support, would reveal if the pricing is competitive. A higher-than-average rate might indicate specific service requirements, limited competition, or potential overpricing, while a lower rate could suggest efficiency or aggressive bidding.

What specific performance metrics or service level agreements (SLAs) are included in the contract to ensure effective wildfire suppression?

The contract likely includes specific performance metrics and service level agreements (SLAs) to ensure the effectiveness of the aerial firefighting services. These could encompass response times (e.g., time from notification to airborne), aircraft availability rates (e.g., percentage of days aircraft must be ready), mission completion rates, and adherence to safety protocols. The firm-fixed-price nature suggests that meeting these performance standards is critical for the contractor to receive full payment. A review of the contract's statement of work (SOW) and performance clauses would detail these requirements and the associated remedies or incentives for meeting or failing to meet them.

What is the assessed risk level associated with Aero Spray Inc. as a contractor for this critical service, based on past performance or financial stability?

The assessed risk level for Aero Spray Inc. would typically be determined through a pre-award responsibility determination and ongoing performance monitoring. Factors considered include past performance on similar contracts (timeliness, quality, cost control), financial stability, management capability, and compliance history. If the government has previously contracted with Aero Spray Inc. without significant issues, the risk may be considered low to moderate. However, any history of contract failures, safety incidents, or financial distress would elevate the perceived risk, potentially leading to increased oversight or specific mitigation requirements within the contract.

How does the geographic focus on Minnesota align with historical wildfire activity and resource needs in that region?

The contract's focus on Minnesota (ST: MN) suggests that the Department of the Interior has identified a specific need for aerial firefighting resources in that state, likely based on historical wildfire data, current drought conditions, fuel loads, and the presence of federal lands requiring protection. Analyzing historical wildfire frequency, size, and intensity in Minnesota, alongside the state's own firefighting capabilities, would clarify the rationale for this allocation. This contract ensures that critical assets are positioned regionally to respond effectively during high-risk periods, complementing existing state and federal resources.

Industry Classification

NAICS: Agriculture, Forestry, Fishing and HuntingSupport Activities for ForestrySupport Activities for Forestry

Product/Service Code: NATURAL RESOURCES MANAGEMENTNATURAL RESOURCE CONSERVERVAT SVCS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 50 W SORENSON AVE, APPLETON, MN, 56208

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $5,620,157

Exercised Options: $5,620,157

Current Obligation: $5,620,157

Actual Outlays: $5,620,157

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 140D8021D0009

IDV Type: IDC

Timeline

Start Date: 2025-08-07

Current End Date: 2026-04-30

Potential End Date: 2026-04-30 00:00:00

Last Modified: 2026-03-10

More Contracts from Aero Spray Inc

View all Aero Spray Inc federal contracts →

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending