Fleet Program Toll Management Transponders Services
ID: HQ003425QE014Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Other Support Activities for Road Transportation (488490)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- OTHER: OTHER (V999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 3:00 PM UTC
Description

The Department of Defense, through the Washington Headquarters Services, is seeking proposals for the Fleet Program Toll Management Transponders Services, specifically for the Pentagon Force Protection Agency's fleet of over 280 vehicles. The contract requires the provision of over 100 E-Z Pass transponders to facilitate efficient toll payments, allowing authorized personnel to bypass toll checkpoints without stopping for cash, thereby enhancing operational efficiency. This procurement is crucial for maintaining seamless travel for official duties within the National Capital Region and ensuring compliance with relevant regulations. Interested contractors should note that the estimated total value of the contract is approximately $18 million, with a base performance period of 12 months and four optional extension years. For further inquiries, potential bidders can contact Yolnie Merriweather at yolnie.t.merriweather.civ@mail.mil or 571-722-9823, or Barbara Middleton at barbara.a.middleton11.civ@mail.mil or 646-713-4403.

Files
Title
Posted
Apr 10, 2025, 3:07 PM UTC
The document outlines a Price Schedule Summary for a federal solicitation related to Toll Management Services and Transponder Equipment. It details a firm fixed-price (FFP) contract structure across one base performance period and four optional extension years. The summary lists various Contract Line Item Numbers (CLINs) for toll management services and transponders, indicating quantities but showing a total price of $0.00 for all entries. The contract is periodized into a 12-month base period followed by four options, and all services and equipment are listed with specific quantities without associated costs. This document serves to provide a structured overview of the pricing and quantity allocations necessary for bidders responding to the solicitation, emphasizing clarity in contract details for governmental procurement processes.
Apr 10, 2025, 3:07 PM UTC
The Pentagon Force Protection Agency (PFPA) seeks a contractor to provide Toll Management Transponder Services for its fleet of over 280 vehicles. This non-personnel services contract requires the contractor to deliver E-Z Pass transponders, equipped for use on toll roads primarily in the National Capital Region (NCR), and to establish a centralized internet-based billing and reporting system. The services aim to enhance operational efficiency by allowing authorized personnel to pass through toll checkpoints without stopping for cash payments. The contract includes providing customer support, monitoring toll charges, and developing management policies related to toll usage. The contract spans a base period of 12 months with four potential option years. Quality control and assurance provisions are integral, with expectations for accurate reporting and management of toll-related data. The contractor is responsible for the security of sensitive information and ensuring that all equipment complies with security requirements. The PFPA outlines specific tasks to be performed, such as certifying charges, monitoring usage, and managing billing, all aimed at facilitating smooth travel for official duties while maintaining compliance with relevant regulations.
Apr 10, 2025, 3:07 PM UTC
The document outlines a federal solicitation for a contract primarily aimed at acquiring E-Z Pass transponders and related equipment for the Pentagon Force Protection Agency's fleet vehicles. The requisition includes the provision of 100 transponders to facilitate seamless toll payments and enhance the efficiency of fleet operations across Maryland, Virginia, and surrounding states. The contract, with an estimated total value of USD 18 million, specifies delivery timelines from April 2025 to April 2026 and includes several option line items for additional transponders. The solicitation highlights regulatory compliance by incorporating various clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), ensuring adherence to necessary legal and operational requirements. The contractor is responsible for providing comprehensive customer support for toll management services. This document serves as a formal request for proposals, supporting the federal government's commitment to efficient operations through small business engagement and technological advancement in transportation management.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
S&RTS, Pacific Northwest (PNW)
Buyer not available
The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in the Pacific Northwest, specifically at the ports of Tacoma, Everett, Olympia, Grays Harbor, Washington, and Portland, Oregon. The contract, valued at approximately $47 million, aims to facilitate the import and export of Defense Transportation System (DTS) sponsored and non-sponsored cargo, ensuring operations are conducted with a focus on safety, efficiency, and customer service. This procurement is critical for supporting military logistics and operations in the region, with a performance period from August 1, 2025, to July 31, 2030. Interested contractors must submit their proposals by May 5, 2025, and can reach out to Melissa Romagno at melissa.s.romagno.civ@mail.mil or Cassandra A. Range at cassandra.a.range.civ@mail.mil for further inquiries.
58--TRANSPONDER SET, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of transponder sets. This procurement involves the repair of specific items identified by their National Item Identification Numbers (NIINs), with a required turnaround time of 110 days from asset receipt to acceptance. The transponder sets are critical for radio navigation equipment used in airborne applications, emphasizing the importance of timely and efficient repair services to maintain operational readiness. Interested contractors should contact Chad Fichter at 215-697-2782 or via email at chad.fichter@navy.mil for further details, with the induction expiration date set for 365 days post-contract award.
N4019225R9003 Vehicle Lease for Various Department of Defense/Federal Activities, Guam
Buyer not available
The Department of Defense, through the NAVFAC Marianas, is soliciting proposals for a Vehicle Lease contract (N4019225R9003) to support various federal activities in Guam. This competitive procurement is set aside for Woman-Owned Small Businesses (WOSB) and aims to provide commercial vehicle leasing services, including SUVs, sedans, minivans, and pickup trucks, with a focus on meeting operational needs for the Department of Defense and federal agencies. Proposals are due by 1:00 PM on April 30, 2025, and must be submitted electronically via the PIEE Solicitation Module, with evaluations based on price and past performance. Interested contractors can contact Alice Ofeciar at alice.g.ofeciar.civ@us.navy.mil or Daniel Calvo at daniel.calvo.civ@us.navy.mil for further information.
PKA-Vehicle Barrier Maintenance Amendment 0002
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Vehicle Barrier Maintenance and Repair services at Travis Air Force Base in California. The contract aims to ensure the operational efficiency of 27 vehicle barriers, including crash gates and bollards, through preventive maintenance, routine service calls, and emergency response, with a base year and four one-year options available. This procurement is crucial for maintaining security and functionality at the base's access points, reflecting the government's commitment to national security and operational readiness. Interested small businesses must submit their proposals by May 2, 2025, and can contact Johnathan Daniels at johnathan.daniels.1@us.af.mil or Stephen Platt at stephen.platt.2@us.af.mil for further information.
M1LZ--VASDHS OFF-SITE EMPLOYEE PARKING SERVICES
Buyer not available
The Department of Veterans Affairs is seeking proposals for off-site employee parking services at the VA San Diego Healthcare System, with a total contract value of $47 million. The procurement aims to provide parking solutions for employees, veterans, patients, and visitors, requiring space for 600 vehicles within five miles of the facility, along with compliance with the Americans with Disabilities Act (ADA) and other operational standards. This initiative underscores the VA's commitment to enhancing service delivery and accessibility, with the contract set to span from November 1, 2025, to October 31, 2030, including multiple option years for renewal. Interested vendors must submit their proposals by May 9, 2025, at 10:00 AM PDT, and can contact Dr. Barry Bland at barry.bland@va.gov or 858-626-8744 for further information.
Marne Community Integration (Motorized Tour Services)
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide motorized tour services as part of the Marne Community Integration Program at Fort Stewart, Georgia. The contractor will be responsible for delivering training support that introduces newly arrived Soldiers to their local environment, reinforcing Army values, fostering social connections, and promoting healthy lifestyle choices to mitigate harmful behaviors. This contract, which is a Total Small Business Set-Aside, has an estimated value of $19 million and spans one base year with two optional years, with a response deadline set for April 29, 2025. Interested parties can contact Dustin Hesskamp at dustin.a.hesskamp.mil@army.mil or by phone at 571-801-3869 for further details.
EPASS Task Order Phasing Plan
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to participate in the Engineering, Professional, and Administrative Support Services (EPASS) Round 3 Fair Opportunity Competition (FOC). This procurement aims to acquire Advisory and Assistance Services (A&AS) for the Air Force Life Cycle Management Center (AFLCMC), with a strong emphasis on maximizing opportunities for small businesses as part of the acquisition strategy. The EPASS program is a 100% small business set-aside initiative, and prospective prime offerors must be part of the GSA OASIS+ Small Business IDIQ domain to be eligible for task order awards. Interested parties can find additional information and Fair Opportunity Proposal Requests (FOPRs) on the GSA eBuy platform, with the current ordering period concluding on December 19, 2024. For inquiries, Emily Starkey can be contacted at emily.starkey@us.af.mil or by phone at 937-904-6388.
Port Security Barrier (PSB) System and Components Out of Water Upkeep, Repair, & Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide upkeep, repair, and maintenance services for the Port Security Barrier (PSB) System at Newport News Shipbuilding. The procurement involves comprehensive out-of-water maintenance, including the removal, cleaning, inspection, and repair of 32 modules, 5 anchors, and 1 marine fender, ensuring the PSB operates effectively in safeguarding critical port facilities. The contract is a Firm Fixed Price procurement with a performance period of 120 days, and interested parties must submit their quotes by 1:00 PM on May 8, 2025, to the designated contracting officer, Shauna McLarney, via email. For further inquiries, contractors can reach out to the primary and secondary contacts provided in the solicitation.
V212--Togus Special Mode Transport New
Buyer not available
The Department of Veterans Affairs is soliciting proposals from service-disabled veteran-owned small businesses to provide wheelchair van transportation services for eligible veteran beneficiaries within the Maine healthcare system. The contract is structured as a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) agreement with a five-year ordering period and a maximum award amount of $4.7 million, emphasizing the importance of reliable non-emergency transportation services for veterans. Key requirements include maintaining a 98% satisfaction rate, ensuring service availability seven days a week, and adhering to strict quality and safety standards, with queries due by April 24, 2025, directed to Contract Specialist David Roy at david.roy@va.gov.
Tax-Free Commuter Benefit Program for DFC Employees
Buyer not available
The United States International Development Finance Corporation (DFC) intends to award a sole source contract to the Washington Metropolitan Area Transit Authority (WMATA) for a Tax-Free Commuter Benefit Program aimed at facilitating employee commuting within the District of Columbia, Virginia, and Maryland. The program will provide essential services including access to commuter benefits, tax-free payment options for transit and parking, and monthly invoicing for authorized benefits. This initiative is crucial for DFC as it supports their mission to finance solutions for critical challenges in developing markets while adhering to high U.S. business standards. Interested parties may submit statements of capabilities within three calendar days of this notice, with the contract expected to span one base year and four option years, commencing October 1, 2025. For further inquiries, contact Michael Pasquella at michael.pasquella@dfc.gov or 12024099203.