Search IDVs

140D0425D0015

Indefinite Delivery Contract

Overview

Government Description
Eu helicopter flight services provides fully contractor-operated and maintained exclusive use helicopter flight services for mount rainier, olympic, and north cascades national parks. The contractor supplies one light helicopter meeting specific requirements, including seating for five insured passengers, a non-jettisonable payload of 450 pounds at 14,000 feet, turbine engine, skid landing gear, and a crash-resistant fuel system. Services support project/resource work, fire management, law enforcement transport, and search and rescue operations, with a crew consisting of a pilot-in-command (PIC), relief pilot, fuel service vehicle driver, relief driver, and mechanic, as well as two fuel cache trailers and a fuel servicing vehicle. The aircraft must comply with FAA regulations and operate from enumclaw, WA.
Pricing
Fixed Price With Economic Price Adjustment
Set Aside
Small Business Set Aside - Total (SBA)
Extent Competed
Competed Under Simplified Acquisition Procedures
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Vehicle Ceiling
$7,500,000 (30% Used)
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Washington 98022 United States.
Amendment Since initial award the Ordering Period End Date was extended from 04/06/26 to 04/06/27.
Hillsboro Aviation was awarded Indefinite Delivery Contract 140D0425D0015 (140D04-25-D-0015) by NPS Pacific West Region for EU Helicopter Flight Services, Mount Rainier, Olympic, North Cascades National Parks in April 2025. The IDC has a duration of 2 years and was awarded through solicitation EU Helicopter Flight Services, Mount Rainier, Olym with a Small Business Total set aside with NAICS 481211 and PSC V221 via simplified acquisition acquisition procedures with 3 bids received. To date, $2,218,762 has been obligated through this vehicle. The total ceiling is $7,500,000, of which 30% has been used.

Status
(Open)

Modified 2/20/26
Period of Performance
4/6/25
Start Date
4/6/27
Ordering Period End Date
52.0% Complete

Task Order Obligations
$2.2M
Total Obligated
$2.2M
Current Award
$2.2M
Potential Award
100% Funded

Award Hierarchy

Indefinite Delivery Contract

140D0425D0015

Contracts

-

Subcontracts

-

Federal Award Analysis

Historical federal task order obligations under 140D0425D0015

$-

Contracts

$-

Subcontracts

$-

Grants

$-

Subgrants

$-

Total

Interactive Stacked Bar Chart


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating
Year Contracts Subcontracts Grants Subgrants


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating


No Results
Calculating
Calculating

Contract Awards

Prime task orders awarded under 140D0425D0015

Subcontract Awards

Disclosed subcontracts for 140D0425D0015

Opportunity Lifecycle

Procurement history for 140D0425D0015

Transaction History

Modifications to 140D0425D0015

People

Suggested agency contacts for 140D0425D0015

Competition

Number of Bidders
3
Solicitation Procedures
Simplified Acquisition
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item
Simplified Procedures for Commercial Items
Yes

Other Categorizations

Subcontracting Plan
Plan Not Required
Cost Accounting Standards
Exempt
Business Size Determination
Small Business
Awardee UEI
FAJ5EJ6TRJS3
Awardee CAGE
0ZG15
Agency Detail
Awarding Office
140D04 IBC ACQ SVCS DIRECTORATE (00004)
Funding Office
140P85 PWR SF/SEA MABO(85000)
Created By
mjohns50
Last Modified By
mjohns50
Approved By
mjohns50

Legislative

Legislative Mandates
Labor Standards
Awardee District
OR-01
Senators
Jeff Merkley
Ron Wyden
Representative
Suzanne Bonamici
Last Modified: 2/20/26