15 passenger vans.
ID: W911SG25QA016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT BLISSFORT BLISS, TX, 79916-6812, USA

NAICS

Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing (532120)

PSC

LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (W023)

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 proposals from qualified contractors for the rental of 15-passenger vans to support military operations at Fort Irwin, California. The contract requires the provision of operational vehicles from April 9 to May 25, 2025, with specific safety features and maintenance obligations outlined in the Statement of Work. These vans will be utilized primarily for transporting soldiers between various locations during military training rotations, emphasizing the importance of reliability and compliance with military safety standards. Interested contractors, particularly those classified as small businesses, must submit their quotes by March 24, 2025, and can direct inquiries to SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further details.

    Files
    Title
    Posted
    The document outlines a Statement of Work (SOW) for the rental of two 15-passenger vans to be delivered to Fort Irwin, CA, from April 9 to May 25, 2025. The contractor must provide operational vehicles suitable for multiple terrains, equipped with essential safety features like fire extinguishers and operational components as specified in the vehicle's manual. Key requirements include maintenance obligations, delivery timelines, and a provision for early return of vehicles with prior notice. The government reserves the right to adjust the number of vehicles and the lease duration based on operational needs without incurring additional costs. The contractor must ensure timely responses to maintenance requests and complete background checks on all personnel. Vehicle delivery must occur during designated hours, with joint inspections required before and after the rental period. Additional provisions cover fuel types, contractor qualifications, and operational policies, emphasizing the importance of compliance with safety regulations and effective communication with government representatives. Overall, the document serves as a detailed guide for contractors bidding on the vehicle leasing contract, focusing on service reliability and adherence to specific operational standards.
    The document outlines a solicitation for a contract concerning the provision of 15 passenger vans by a Women-Owned Small Business (WOSB) to support military operations at Fort Irwin. The requisition number is W911SG25QA016, and quotes are due by March 24, 2025. The contract details specify the delivery of vans between April 9, 2025, and May 25, 2025, and stipulate that vans must be delivered during specified hours. It includes essential information such as the contracting officer's contact details, contract clauses, and requirements for the proposal, including the need for SAM registration. Evaluation criteria for bids stress the importance of both technical capability and cost, with the lowest evaluated price being a primary factor. Contractors are required to submit detailed quotes, including pricing, specifications, and relevant documentation. The document also incorporates various Federal Acquisition Regulation (FAR) clauses pertaining to contractor conduct, compensation, and subcontracts, ensuring compliance with relevant laws and regulations. This solicitation exemplifies the federal procurement process aimed at promoting small business participation in government contracts while addressing specific operational needs.
    The document outlines the specifications and requirements for a government Request for Proposal (RFP) concerning the rental of 15-passenger vans for transportation at Fort Irwin. Key points include that the government does not impose specific vehicle brand or model requirements, with both new and used vans acceptable, though backup cameras are mandated. The contractor is responsible for vehicle maintenance, insurance, and repairs, while fueling responsibilities are detailed in the Performance Work Statement (PWS). The vans will operate primarily for transporting soldiers between YERMO and RUBA, with an estimated use of up to six hours daily. Government personnel will drive the vehicles, and no special invoicing documentation beyond standard requirements is needed, with payment processed at the contract's conclusion. Compliance with military safety standards and inspections upon delivery and contract completion is required, alongside proof of insurance for the vehicles. The summary identifies essential logistics and operational details necessary for potential contractors in responding to this RFP.
    Lifecycle
    Title
    Type
    15 passenger vans.
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    SOFAM NTV Rental
    Buyer not available
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the rental of non-tactical vehicles to support the Special Operations Forces Arctic Medic (SOFAM) exercise in Fairbanks, Alaska, scheduled from January 9 to January 28, 2026. The contractor is required to provide a total of 26 vehicles, including 18 sport utility vehicles (SUVs), 5 trucks, 2 15-passenger vans, and 1 cargo van, all of which must be 4-wheel or all-wheel drive and equipped with winter kits and traction devices. This procurement is critical for ensuring adequate ground transportation for personnel, equipment, and supplies during the exercise, with strict adherence to performance standards outlined in the Performance Work Statement (PWS). Interested vendors must submit their proposals by 5:00 PM Eastern Standard Time on December 19, 2025, and direct any inquiries to SSG Tyler Cooper at tyler.j.cooper.mil@socom.mil or SSG John Miceli at john.p.miceli.mil@socom.mil, with all questions due by 11:00 AM Eastern Standard Time on December 15, 2025.
    Purchase of a New Passenger Van
    Buyer not available
    The U.S. Department of State, through the U.S. Consulate in Frankfurt, is seeking qualified vendors to supply a new passenger van for government use. The procurement involves one 8-passenger van, compliant with German and EU specifications, to be delivered to Frankfurt am Main, Germany, within 120 days of order receipt. This vehicle will primarily transport personnel, including Marines, within the Frankfurt area and occasionally to Garmisch, necessitating features such as an automatic diesel engine, ABS, a backup camera, and all-season tires. Interested companies must express their interest by contacting GSO Procurement at einkauf@state.gov by 16:00 hours on December 15, 2025, referencing solicitation number PR15671233.
    DoD BUS CARRIER APPROVAL By DTMO
    Buyer not available
    The Department of Defense, through the Defense Travel Management Office (DTMO), is announcing a special notice regarding the upcoming solicitation for bus and van services at Joint Base San Antonio (JBSA), anticipated to be released around January 2026. The 502d Contracting Squadron is seeking contractors to provide non-personal transportation services that support the operational needs of JBSA Lackland and Fort Sam Houston, including contingency transportation, while ensuring compliance with government scheduling and cleanliness standards. To be eligible for this contract, potential offerors must be Approved DoD Bus Carriers by the DTMO at the time of proposal submission and must hold the necessary Texas licenses and Class B commercial driver's licenses with passenger endorsements. Interested parties should reach out to Barbara A. Jewett at barbara.jewett.1@us.af.mil or 210-652-5454, or Ericka L. McGlone at ericka.mcglone@us.af.mil or 210-652-8586 for further inquiries, noting that this notice is not a solicitation for proposals at this time.
    NON-TACTICAL VEHICLE RENTALS
    Buyer not available
    The Department of Defense, through the II Marine Expeditionary Force (MEF) Expeditionary Contracting Platoon, is seeking quotes for Non-Tactical Vehicle (NTV) rental services to establish multiple Blanket Purchase Agreements (BPAs) for an ordering period from January 1, 2026, to December 31, 2027. The procurement requires contractors to provide a variety of vehicles, including sedans, SUVs, vans, and trucks, with specific requirements for maintenance, emergency assistance, and compliance with host nation laws across multiple European countries. This opportunity is not a small business set-aside and has a maximum overall value of $4 million, with individual call orders not exceeding $350,000. Interested vendors must submit their pricing and relevant business information to the designated contacts by the specified deadline to be considered for this procurement.
    34-Ton Break-Bulk Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for thirty-seven 34-ton break-bulk trailers on behalf of the Department of Navy, under the RFQ 47QMCA26Q0002. The trailers must meet specific military and engineering standards, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and various performance requirements for operation in diverse terrains and extreme temperatures. Interested vendors must submit their quotes electronically by December 17, 2025, at 1:00 PM EST, including a completed SF18, technical specifications, and pricing, to John E. Hodges at john.hodges@gsa.gov. Key evaluation factors will include past performance, adherence to the purchase description, warranty, maintenance availability, and delivery terms.
    V119--Philadelphia VAMC - Wheelchair Van Transportation Services
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 4, is seeking qualified contractors to provide Wheelchair Van Transportation Services for the Philadelphia Veterans Affairs Medical Center (VAMC). The procurement aims to establish a contract for non-emergency medical transportation services, specifically designed to accommodate wheelchair-bound veterans, with a focus on ensuring reliable and efficient transportation over a five-year period. This service is critical for facilitating access to medical appointments and enhancing the overall care experience for veterans. Interested parties must submit their proposals by December 12, 2025, at 10:00 AM, and all inquiries should be directed to Contract Specialist Cynthia A. Laemmerhirt at Cynthia.Laemmerhirt@va.gov. The contract will be set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) under NAICS code 485991, with a size standard of $19 million.
    Special Mode Transportation for VA Northern California Health Care System
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21, is seeking qualified vendors to provide non-emergency special mode transportation services for the VA Northern California Health Care System. The contractor will be responsible for delivering transportation services on an "as needed" basis, 24 hours a day, 7 days a week, for a period of five years starting around June 1, 2026, including the provision of gurney, wheelchair, and secure car transportation, as well as oxygen tanks when required. This procurement is critical for ensuring that veterans receive timely and safe transportation to various healthcare facilities across Northern California. Interested vendors, particularly Service-Disabled Veteran-Owned, Veteran-Owned, and other Small Businesses, are encouraged to submit their responses, including company information and pricing details, to Emily Trinh at emily.trinh@va.gov by December 30, 2025, at 12:00 PM PST.
    V119--Wheelchair Van Service
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for wheelchair van services for the Salisbury VA Healthcare System and its associated clinics. The contract will provide non-emergent transportation services 24/7, including weekends and holidays, with a minimum of 15 vans available to meet the needs of eligible veterans, including transportation to various facilities and local airports within North Carolina. Compliance with federal regulations, quality control standards, and specific vehicle and personnel requirements is essential for contractors, who must also utilize the VetRide transportation software for trip requests and invoicing. Interested parties should contact Contract Specialist Kamilah R Nye at Kamilah.Nye@va.gov for further details, and proposals must adhere to the outlined requirements to be considered for the contract.
    Shuttle Services BPA
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    FIRE TRUCK MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Belvoir, is seeking responses from qualified small businesses for fire truck maintenance services at Joint Base Myer-Henderson Hall (JBMHH). The procurement involves providing comprehensive maintenance, including annual preventive services, warranty repairs, and technical support for various fire emergency vehicles, particularly those manufactured by Pierce Manufacturing, Inc. This contract will be structured as a Firm-Fixed Price Blanket Purchase Agreement with a base year and four option years, emphasizing the importance of adhering to federal standards and maintaining qualified personnel. Interested contractors must submit their responses by September 5, 2025, at 12:00 p.m. Eastern Time, to the primary contacts, Donald Randles and Denese Y. Henson, via email.