Bus Service JPMRC 25-01
ID: W91QVP-25-Q-JDS1Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7N6 USPFO ACTIVITY WAANG 194CAMP MURRAY, WA, 98430-5035, USA

NAICS

Charter Bus Industry (485510)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR CHARTER (V122)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide bus transportation services for the Joint Pacific Multinational Readiness Capability (JPMRC) 25-01 exercise in Hawaii. The contract requires the provision of up to four air-conditioned deluxe coach buses, complete with operational services such as fuel, delivery, and trained drivers, to support military operations at the Pohakuloa Training Area from October 7 to 13, 2024. This procurement is crucial for ensuring safe and reliable transportation for personnel during the exercise, adhering to strict quality control and safety standards. Interested contractors must submit their quotes by 1:00 PM HST on September 26, 2024, and can reach out to Justin Scherer at justin.scherer.1@us.af.mil for further inquiries.

    Point(s) of Contact
    Justin Scherer, SMSgt
    justin.scherer.1@us.af.mil
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a contract for providing air-conditioned deluxe coach bus services to support Department of Defense (DoD) operations at Pohakuloa Training Area (PTA) from October 7 to 13, 2024. The contractor is responsible for delivering up to four 56-passenger buses, along with all operational services such as fuel, delivery, and trained drivers. The services necessitate standby drivers during operational hours from 0600 to 2200, with short notice given for pickup times. Key objectives include ensuring safe transportation, adhering to quality control measures, and maintaining flexibility in response to potential changes regarding operational needs. The document elaborates on specific requirements, including security protocols for personnel access to installations and compliance with safety and environmental regulations. Furthermore, contractors must report labor hours through the System for Award Management (SAM) portal. The PWS emphasizes the requirement for contractors to manage all aspects of their services independently, without direct government oversight, highlighting the need for adherence to quality assurance processes and timely reporting of any issues. This contract exemplifies the government's commitment to ensuring reliable support for military operations while maintaining strict compliance with federal regulations and operational safety standards.
    The document is a combined synopsis/solicitation regarding a Request for Quote (RFQ) from the federal government seeking commercial transportation services in support of the JPMRC 25-01 on Oahu, Hawaii. The solicitation, identified by RFQ number W91QVP-25-Q-JDS1, invites vendors to submit quotes for transportation busses for specific dates in October 2024. The 413th Contracting Support Brigade aims to award a Firm-Fixed Price contract, compliant with applicable Federal Acquisition Regulation (FAR) provisions. Key requirements for submitting quotes include a signed solicitation with total amounts, a concise technical approach, and adherence to specific pricing structures for vehicle services. Proposals must be submitted via email by 1:00 PM HST on September 26, 2024. The evaluation process will consider both technical aspects and pricing to determine the best value for the government. The document includes extensive instructions for interested contractors, including registration requirements with the System for Award Management (SAM) and guidelines on providing transparency regarding potential telecommunications equipment and services. This solicitation exemplifies the structured approach the government employs in seeking commercial services to fulfill specific logistical needs, ensuring compliance with regulated procurement processes while maximizing value and quality of service.
    The document outlines the wage determination guidelines under the Service Contract Act as mandated by the U.S. Department of Labor, specifically for contracts in Hawaii. It specifies minimum wage rates applicable to contracts entered into after specified dates, with a distinction between contracts subject to Executive Order 14026 and 13658—$17.20 and $12.90 per hour, respectively. Additionally, it provides a detailed wage schedule for various occupations, including administrative support, automotive service, health occupations, and technical roles. Fringe benefits and health care requirements are also articulated, along with instructions for any additional unlisted classifications of workers. The summary highlights the regulatory framework aimed at ensuring fair labor standards and outlines key employer obligations related to employee compensation and benefits. Overall, the document serves as a crucial resource for contractors and employees to understand wage rates and benefits under federal contracts, ensuring compliance with labor laws.
    Lifecycle
    Title
    Type
    Bus Service JPMRC 25-01
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Diesel Utility Vehicles
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Fleet Logistics Center Pearl Harbor, is seeking proposals for the procurement of Diesel Utility Vehicles, specifically John Deere Gator models, under Request for Quotation (RFQ) number N0060424Q4104. The solicitation is set aside for small businesses and aims to acquire commercial items, emphasizing the need for durable vehicles suitable for various governmental applications, including maintenance and logistical support. Interested vendors must submit their quotes electronically by September 23, 2024, and are required to provide an authorized dealer letter from the manufacturer, with the evaluation based on the lowest price technically acceptable method. For further inquiries, vendors can contact Scheherezade Roundtree at scheherezade.roundtree.civ@us.navy.mil or by phone at 808-473-7573.
    Express Delivery of Military Freight Japan Wide
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential contractors for the express delivery of military freight across Japan. The procurement aims to secure non-personal services for transporting government freight using contractor-provided trucks, adhering to both U.S. and Japanese regulations, and ensuring timely and efficient delivery through air and surface transportation methods. This initiative is critical for enhancing military logistics and operational efficiency, particularly in supporting U.S. military bases throughout Japan. Interested parties are encouraged to respond to the Market Research Questionnaire by 1600 hours on October 15, 2024, and can direct inquiries to Kenji Urasaki or Ken Sato at the provided contact details.
    Fuel Truck Rental
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force's 11th Contracting Squadron, is seeking quotations for the rental of a fuel truck to support operations at Joint Base Anacostia-Bolling in Washington, D.C. The procurement requires a refueling truck with a capacity of 4,500 to 5,000 gallons, equipped with specific features such as a diesel engine, automatic transmission, and safety systems, as detailed in the attached salient characteristics and performance work statement. This initiative is crucial for ensuring reliable fuel supply services for military operations, emphasizing the importance of compliance with federal acquisition regulations and the promotion of small business participation. Interested vendors must submit their quotes electronically by October 4, 2024, and may direct inquiries to the primary contact, J. Brandon La'Pierre, at jerome.lapierre.1@us.af.mil, with the understanding that funding is not currently available for this effort.
    V999--Bus Transportation Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for bus transportation services to support the VA Greater Los Angeles Healthcare System, with a total award amount of $19 million. This firm-fixed-price contract is exclusively set aside for small businesses and aims to provide reliable transportation for veterans and their caregivers to medical appointments from 2025 through 2030, with options for contract extension. The contractor will be responsible for ensuring safe transport, maintaining operational efficiency, and adhering to safety regulations, while implementing a Quality Assurance Plan and managing driver qualifications. Interested vendors must submit their proposals by September 23, 2024, at 3 PM Pacific Time, and can contact Contract Specialist Danielle Carroll at danielle.carroll4@va.gov for further information.
    Silent Tactical Energy Enhanced Dismount
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a Silent Tactical Energy Enhanced Dismount all-terrain electric-powered platform under solicitation FA521524Q0018. This procurement is a 100% Small Business set-aside and aims to acquire a technologically advanced platform featuring a 1500W electric motor, full submersibility, a 24V battery system, and a payload capacity of 300-500 lbs, designed for operation in diverse environments. The selected vendor will be required to deliver the product within 30 days after contract award, with quotes due by 20 September 2024 at 1:00 PM HST. Interested parties should contact Ssgt Daniel Callahan at daniel.callahan.7@us.af.mil or AMN Angel Liu at angel.liu@us.af.mil for further details.
    RFQ Waianae, HI 12,000 USG (DS2) Delivery Dates: Sept 24-27, 2024
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting quotations for the delivery of 12,000 gallons of Diesel Fuel (DS2) to the Kaena Point Satellite Tracking Station in Waianae, Hawaii, with delivery scheduled between September 24 and September 27, 2024. The procurement is a total small business set-aside under NAICS code 324110, and the contract will be awarded based on the lowest price technically acceptable quotation. The fuel must meet stringent specifications, including compliance with ASTM D 975 standards and local environmental regulations, ensuring quality and safety during delivery. Interested vendors must submit their quotations by 10:00 PM EDT on September 23, 2024, and can direct inquiries to Contract Specialist Hannah Savine at hannah.r.savine@dla.mil or 571-837-1653.
    (PMT) TRANSPORTATION SUPPORT
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking quotes from qualified small businesses for the procurement of two gasoline-powered utility vehicles intended for transporting sailors and equipment at Naval Base Norfolk. The vehicles must meet specific requirements, including four seats, all-terrain tires, enclosed cabins, and a payload capacity of 1200 lbs, with delivery expected within 30 days of contract award. This procurement is crucial for enhancing operational efficiency at the base, and interested parties must submit their quotes via email to Connie Totaro by 1200 PM EST on September 20, 2024, as no written solicitation will be issued.
    Sources Sought for Emergency Transportation on an ADHOC or Just Needed Basis
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) - Rock Island District, is seeking qualified small businesses to provide emergency transportation services for flood fight supplies and equipment on an ad hoc basis. The procurement aims to identify logistics companies capable of mobilizing transportation within four hours and delivering essential materials such as pumps, sandbags, and barriers, primarily within the continental U.S., while adhering to strict operational protocols, including a two-hour response time for bids and compliance with adverse weather conditions. This initiative is crucial for ensuring timely resource availability to communities facing natural disasters, emphasizing the government's proactive approach to flood mitigation. Interested parties must submit their Capability and/or Product Statements via email to Allison Longeville by October 10, 2024, at 2 PM Central Time, with no reimbursement for costs incurred in response to this notice.
    UPS Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for maintenance services of Uninterruptible Power Supply (UPS) systems at Joint Base Pearl Harbor-Hickam (JBPHH) in Hawaii. The contract, designated under solicitation number FA521524Q0003, requires the contractor to provide preventive maintenance, battery replacement, and 24/7 emergency support for Schneider Electric APC UPS units, ensuring the reliability of power for Sensitive Electronic Equipment Systems (SEES). This procurement is critical for maintaining operational capabilities at the 613th Air Operations Center, with a contract duration from September 30, 2024, to September 29, 2025, and options for up to five additional years. Interested small businesses must submit their quotes by September 23, 2024, and may direct inquiries to Joshua Ziegler at joshua.ziegler.3@us.af.mil or Daniel Callahan at daniel.callahan.7@us.af.mil.
    DoDEA-Europe Special Needs Student Transportation Service Spangdahlem, Germany
    Active
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking proposals for the Spangdahlem Student Transportation Services in Germany, aimed at providing transportation for special needs students. This procurement will be conducted under Federal Acquisition Regulation (FAR) Parts 12 and 15, with the intention of awarding a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for a potential duration of 4.5 years, which includes a six-month base period and four one-year option periods. The services are critical for ensuring that students with special needs receive reliable and safe transportation to and from educational facilities. Interested vendors should prepare for the Request For Proposal (RFP) solicitation, expected to be posted on the System for Award Management (SAM) website in mid-October 2024, and must ensure they have an active registration in the SAM database by the proposal due date. For inquiries, contact Mileska M. Rodriguez at Mileska.Rodriguez@dodea.edu or Marcia E. Lee at Marcia.Lee@dodea.edu.