DOI awards $5.46M for helicopter fire suppression services, highlighting critical wildfire response needs

Contract Overview

Contract Amount: $5,457,720 ($5.5M)

Contractor: Skydance Helicopters of Northern Nevada

Awarding Agency: Department of the Interior

Start Date: 2025-07-17

End Date: 2025-11-30

Contract Duration: 136 days

Daily Burn Rate: $40.1K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: CALL WHEN NEEDED TYPE I HELICOPTER SERVICES FOR FIRE SUPPRESSION

Place of Performance

Location: CEDAR CITY, IRON County, UTAH, 84720

State: Utah Government Spending

Plain-Language Summary

Department of the Interior obligated $5.5 million to SKYDANCE HELICOPTERS OF NORTHERN NEVADA for work described as: CALL WHEN NEEDED TYPE I HELICOPTER SERVICES FOR FIRE SUPPRESSION Key points: 1. Contract value appears reasonable for specialized aerial firefighting services. 2. Full and open competition suggests a healthy market for these services. 3. Short performance period indicates a focus on immediate operational needs. 4. Firm-fixed-price structure transfers some cost risk to the contractor. 5. Geographic focus on Utah points to specific regional wildfire threats.

Value Assessment

Rating: good

The contract value of $5.46 million for approximately 4 months of service aligns with industry benchmarks for specialized aerial firefighting. While specific per-hour rates are not provided, the total award suggests a competitive pricing strategy given the firm-fixed-price nature. The award to a single entity for this period implies a focused operational requirement rather than a long-term, large-scale program.

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. This approach generally fosters competitive pricing and allows the government to select the best value. The award to a single contractor suggests that while competition was open, Skydance Helicopters of Northern Nevada presented the most advantageous offer.

Taxpayer Impact: Full and open competition is beneficial for taxpayers as it drives down costs through market forces, ensuring federal dollars are used efficiently for essential services like wildfire suppression.

Public Impact

Benefits federal agencies responsible for wildfire management, ensuring critical resources are available. Provides essential aerial support for fire suppression operations, protecting lives and property. Geographic impact is concentrated in Utah, addressing specific regional wildfire risks. Supports the aviation services sector, including pilots and maintenance personnel.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The aerial firefighting services sector is a specialized niche within the broader aviation industry. Contracts like this are crucial for agencies managing natural resources and responding to emergencies. Spending in this area can fluctuate based on seasonal needs and the severity of wildfire seasons. Benchmarks are often tied to aircraft type, operational hours, and required equipment.

Small Business Impact

The data does not indicate if this contract involved small business set-asides or subcontracting opportunities. Further analysis would be needed to determine the extent of small business participation.

Oversight & Accountability

The Department of the Interior has established oversight mechanisms for contracts, including performance monitoring and financial accountability. Inspector General audits may be conducted to ensure compliance and prevent fraud. Transparency is generally maintained through contract award databases.

Related Government Programs

Risk Flags

Tags

department-of-the-interior, aviation-services, fire-suppression, wildfire-response, firm-fixed-price, full-and-open-competition, delivery-order, utah, emergency-services, seasonal-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of the Interior awarded $5.5 million to SKYDANCE HELICOPTERS OF NORTHERN NEVADA. CALL WHEN NEEDED TYPE I HELICOPTER SERVICES FOR FIRE SUPPRESSION

Who is the contractor on this award?

The obligated recipient is SKYDANCE HELICOPTERS OF NORTHERN NEVADA.

Which agency awarded this contract?

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

What is the total obligated amount?

The obligated amount is $5.5 million.

What is the period of performance?

Start: 2025-07-17. End: 2025-11-30.

What is the track record of Skydance Helicopters of Northern Nevada with federal contracts, particularly for aerial firefighting?

A review of federal procurement data would be necessary to fully assess Skydance Helicopters of Northern Nevada's track record. This would involve examining past contract awards, performance evaluations (if publicly available), and any history of disputes or issues. Without specific historical data, it's difficult to definitively comment on their reliability and past performance in delivering similar services. However, the award through full and open competition suggests they met the government's criteria at the time of bidding.

How does the awarded amount compare to similar helicopter services contracts for fire suppression in the region or nationally?

Comparing this $5.46 million award for a roughly four-month period requires access to a database of comparable contracts. Factors such as helicopter type (e.g., Type I), crew size, equipment, and specific mission requirements (e.g., water drops, reconnaissance) significantly influence pricing. Generally, Type I helicopters are the largest and most capable, commanding higher rates. The firm-fixed-price structure suggests a defined scope of work, and the value would be benchmarked against contracts with similar operational parameters and durations. A preliminary assessment suggests the value is within a reasonable range for specialized, high-demand aerial firefighting assets during peak season.

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

Key risks include potential operational failures of the aircraft, pilot availability, and unforeseen weather conditions impacting service delivery. The short duration also presents a risk if the contractor fails to perform adequately, requiring a rapid recompete or alternative solution. Mitigation strategies likely include stringent pre-award vetting of the contractor's capabilities and safety records, clear performance standards outlined in the contract, and the government's ability to exercise contract clauses for non-performance. The firm-fixed-price nature also incentivizes the contractor to manage their own operational risks effectively.

How effective is this type of contract in ensuring timely and efficient wildfire suppression support?

Contracts for on-call or seasonal aerial firefighting services are generally effective because they secure necessary resources when demand is highest. The firm-fixed-price model provides budget certainty for the government, while the contractor is motivated to perform efficiently to maximize profit. The full and open competition process aims to ensure the selection of a capable provider. However, effectiveness can be influenced by the specific terms of the contract, the quality of the contractor's performance, and the dynamic nature of wildfire events, which may sometimes exceed the contracted capacity.

What are the historical spending patterns for aerial firefighting services by the Department of the Interior?

Historical spending patterns for aerial firefighting by the Department of the Interior (DOI) typically show significant fluctuations tied to wildfire seasons and budget allocations. The DOI, through agencies like the Bureau of Land Management (BLM) and the National Park Service (NPS), relies heavily on contracted aviation assets. Annual spending can range from tens of millions to hundreds of millions of dollars, depending on the severity of fire activity across the Western United States and other regions. Contracts are often awarded on a multi-year basis or through task orders against indefinite-delivery/indefinite-quantity (IDIQ) vehicles, with specific awards like this one representing a portion of the overall operational need for a given period.

Industry Classification

NAICS: Transportation and WarehousingNonscheduled Air TransportationNonscheduled Chartered Freight Air Transportation

Product/Service Code: TRANSPORT, TRAVEL, RELOCATIONTRAVEL, LODGING, RECRUITMENT 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: 101 WASS WAY, MINDEN, NV, 89423

Business Categories: Category Business, Corporate Entity Not Tax Exempt, DoT Certified Disadvantaged Business Enterprise, Self-Certified Small Disadvantaged Business, Small Business, Special Designations, U.S.-Owned Business, Woman Owned Business, Women Owned Small Business

Financial Breakdown

Contract Ceiling: $5,457,720

Exercised Options: $5,457,720

Current Obligation: $5,457,720

Actual Outlays: $5,457,720

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Cost or Pricing Data: NO

Parent Contract

Parent Award PIID: 1202SA25T9235

IDV Type: IDC

Timeline

Start Date: 2025-07-17

Current End Date: 2025-11-30

Potential End Date: 2025-11-30 00:00:00

Last Modified: 2026-01-27

Other Department of the Interior Contracts

View all Department of the Interior contracts →

Explore Related Government Spending