Interior Department awards $4.2M for exclusive use fixed-wing aircraft for 2025 wildland fire season

Contract Overview

Contract Amount: $4,217,853 ($4.2M)

Contractor: Bridger Aerospace Group, LLC

Awarding Agency: Department of the Interior

Start Date: 2025-03-13

End Date: 2025-11-05

Contract Duration: 237 days

Daily Burn Rate: $17.8K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: TASK ORDER FOR THE 2025 WILDLAND FIRE SEASON UNDER CONTRACT 140D0423D0082 FOR AN EXCLUSIVE USE (EU) FIXED WING ATGS WITH SENSOR BASED IN BEMIDJI, MN, DOUBLE EAGLE, NM, AND RONAN, MT.

Place of Performance

Location: BEMIDJI, HUBBARD County, MINNESOTA, 56601

State: Minnesota Government Spending

Plain-Language Summary

Department of the Interior obligated $4.2 million to BRIDGER AEROSPACE GROUP, LLC for work described as: TASK ORDER FOR THE 2025 WILDLAND FIRE SEASON UNDER CONTRACT 140D0423D0082 FOR AN EXCLUSIVE USE (EU) FIXED WING ATGS WITH SENSOR BASED IN BEMIDJI, MN, DOUBLE EAGLE, NM, AND RONAN, MT. Key points: 1. The contract focuses on specialized aerial firefighting capabilities, indicating a need for dedicated resources. 2. The fixed-wing aircraft with sensors are crucial for effective fire detection and suppression strategies. 3. The duration of the contract aligns with the typical wildland fire season, ensuring readiness. 4. The award was made under a full and open competition, suggesting a competitive bidding process. 5. The use of a firm fixed-price contract type helps manage cost certainty for the government. 6. The geographic distribution of bases across Minnesota, New Mexico, and Montana suggests a broad operational reach.

Value Assessment

Rating: good

The contract value of $4.2 million for a fixed-wing aircraft with sensors for an 8-month period appears reasonable given the specialized nature of aerial firefighting. Benchmarking against similar contracts for exclusive-use aircraft during fire seasons would provide a more precise assessment, but the cost reflects the high operational demands and equipment requirements. The firm fixed-price structure offers predictability.

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,' which implies that while the initial solicitation was broad, specific sources may have been excluded based on predefined criteria. The number of bidders is not specified, but the 'full and open' designation suggests a competitive process was intended to yield the best value.

Taxpayer Impact: A competitive process, even with exclusions, generally benefits taxpayers by encouraging multiple vendors to offer their best pricing and capabilities, potentially leading to cost savings and improved service delivery.

Public Impact

The primary beneficiaries are federal agencies responsible for wildland fire management, ensuring they have critical aerial assets. The services delivered include aerial surveillance, detection, and potentially support for suppression efforts during the 2025 fire season. The contract has a geographic impact across Minnesota, New Mexico, and Montana, supporting fire management in these regions. The contract supports specialized aviation services, potentially impacting the small but skilled workforce in aerial firefighting.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The aerial firefighting sector is a specialized niche within the broader aviation and defense industries. It requires significant investment in aircraft, technology, and trained personnel. Contracts like this are essential for government agencies to secure vital resources for public safety and environmental protection during high-risk periods. Spending in this area can fluctuate based on fire season severity and agency budgets.

Small Business Impact

The data indicates this contract was not set aside for small businesses (ss: false, sb: false). Therefore, the primary impact on small businesses would be through potential subcontracting opportunities, if any, or through competition with larger, established firms in the aerial services market. The contract's value suggests it is likely awarded to a larger, specialized aviation provider.

Oversight & Accountability

Oversight for this contract would typically fall under the Department of the Interior's contracting officers and program managers. Accountability measures are inherent in the firm fixed-price structure and performance requirements. Transparency is facilitated by contract databases like FPDS, though detailed operational performance data may not always be publicly available. Inspector General jurisdiction would apply in cases of fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

sector-other, agency-department-of-the-interior, geography-minnesota, geography-new-mexico, geography-montana, contract-type-task-order, competition-level-full-and-open, size-category-large, service-type-air-transportation, purpose-wildland-fire-fighting, pricing-type-firm-fixed-price

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $4.2 million to BRIDGER AEROSPACE GROUP, LLC. TASK ORDER FOR THE 2025 WILDLAND FIRE SEASON UNDER CONTRACT 140D0423D0082 FOR AN EXCLUSIVE USE (EU) FIXED WING ATGS WITH SENSOR BASED IN BEMIDJI, MN, DOUBLE EAGLE, NM, AND RONAN, MT.

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 $4.2 million.

What is the period of performance?

Start: 2025-03-13. End: 2025-11-05.

What is the track record of Bridger Aerospace Group, LLC in fulfilling federal contracts, particularly for aerial firefighting?

Bridger Aerospace Group, LLC has a history of securing contracts for aerial firefighting services. Their specialization in this area suggests experience with the unique demands of such operations. Reviewing past performance on similar federal contracts, including any reported issues or successes, would provide a clearer picture of their reliability and capability. Information on contract completion rates, adherence to schedules, and quality of service delivery would be key indicators. While specific details on past performance metrics are not provided here, their continued success in winning bids indicates a generally positive track record.

How does the cost per operational day for this fixed-wing aircraft compare to similar government contracts?

To benchmark the cost per operational day, we would need to divide the total contract value ($4,217,853.15) by the number of operational days (approximately 237 days from March 13 to November 5, 2025). This yields roughly $17,797 per day. Comparing this figure to historical data for similar exclusive-use fixed-wing aircraft with sensor capabilities during wildland fire seasons is crucial. Factors like aircraft type, sensor sophistication, maintenance, crew, and fuel costs influence daily rates. If this rate is significantly higher or lower than comparable contracts, it warrants further investigation into the specific services, equipment, and market conditions.

What are the primary risks associated with this contract, and how are they mitigated?

Key risks include operational failures (aircraft malfunction, pilot error), adverse weather conditions impacting flight operations, and potential cost overruns if the firm fixed-price structure is insufficient to cover unforeseen expenses. Mitigation strategies likely involve stringent maintenance protocols, pilot training and certification, weather monitoring, and contingency planning. The government's mitigation also includes the competitive bidding process to select a capable contractor and clear performance requirements outlined in the contract. The relatively short duration (8 months) also limits long-term exposure to evolving risks.

How effective are exclusive-use fixed-wing aircraft with sensors in supporting wildland fire management compared to other aerial assets?

Exclusive-use fixed-wing aircraft equipped with sensors are highly effective for wildland fire management, particularly for initial attack, reconnaissance, and monitoring. Sensors can provide real-time data on fire progression, hotspots, and fuel conditions, enabling more informed decision-making for ground crews and air attack supervisors. Their fixed-wing nature allows for longer flight times and wider coverage areas compared to helicopters. While helicopters offer greater maneuverability for water drops and crew transport, fixed-wing aircraft excel at broad-area surveillance and rapid response over large territories, making them a critical component of a comprehensive aerial firefighting strategy.

What has been the historical spending trend for similar aerial firefighting contracts by the Department of the Interior?

Historical spending on aerial firefighting contracts by the Department of the Interior (DOI) typically fluctuates based on the severity of fire seasons and overall budget allocations. The DOI consistently invests significant funds in aviation resources to combat wildfires across its managed lands. Annual spending can range from tens to hundreds of millions of dollars, depending on drought conditions, fuel loads, and preventative measures. Contracts for exclusive-use aircraft, like this one, represent a substantial portion of that budget due to the specialized nature and operational requirements. Analyzing multi-year spending data would reveal trends related to contract types, aircraft platforms, and geographic focus areas.

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: 8 THE GREEN, STE B, DOVER, DE, 19901

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

Financial Breakdown

Contract Ceiling: $4,217,853

Exercised Options: $4,217,853

Current Obligation: $4,217,853

Actual Outlays: $4,217,853

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 140D0423D0082

IDV Type: IDC

Timeline

Start Date: 2025-03-13

Current End Date: 2025-11-05

Potential End Date: 2025-11-05 00:00:00

Last Modified: 2026-02-10

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