Student Transportation Services (STS) Daily Commute (DC) For Hanscom AFB, Massachusetts
ID: HE125425RE017Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF DEFENSE EDUCATION ACTIVITY (DODEA)DOD EDUCATION ACTIVITYALEXANDRIA, VA, 22350-1400, USA

NAICS

School and Employee Bus Transportation (485410)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER MOTOR CHARTER (V222)

Set Aside

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

    The Department of Defense Education Activity (DoDEA) is seeking proposals for Student Transportation Services (STS) for the Hanscom Air Force Base community in Massachusetts. The procurement aims to provide daily commute and activity bus services for approximately 85 students attending Bedford High School, with operations scheduled from September 1, 2025, through August 31, 2026, and options to extend for four additional years. This contract is a 100% small business set-aside under NAICS code 485410, emphasizing the importance of engaging small businesses in delivering essential community services. Interested offerors must submit their proposals electronically by May 28, 2025, and direct any inquiries to John Myers at john.o.myers@dodea.edu or Zlata Dale at zlata.dale@dodea.edu.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses questions and answers related to the Hanscom Daily Commute Transportation Service Request for Proposal (RFP). Key points include inquiries about average trip numbers, trip duration, start times, air conditioning requirements, contractor office availability, anticipated award date for the contract, and expected bus routes for the 2025-2026 school year based on student enrollment. The document specifies that each bus run should not exceed 60 minutes and must maintain a comfortable temperature within the buses. It also discusses potential route changes due to new school start times, allowing contractors to propose price adjustments in response to longer routes. The anticipated award date is noted as before September 1, 2025. Overall, the document serves to clarify logistical and operational expectations for contractors interested in providing transportation services for the upcoming school years, aligned with specific government guidelines and requirements.
    The document addresses a solicitation for the Hanscom Daily Commute (DC) Transportation Service, specifically responding to questions posed by potential offerors. Key details include the operational schedule and logistics of the activity buses, which run three days a week, averaging two trips per day and 11 trips monthly, with each trip estimated to take 20-25 minutes. The buses are scheduled to depart after 1700 hours for transporting students involved in afterschool activities, following specific arrival guidelines at designated stops. Additionally, it outlines that the anticipated award date for the contract is expected before the effective date of 01 September 2025. The responses provide crucial operational parameters for potential bidders while clarifying service expectations for the transportation contract. This solicitation forms part of the government’s initiative to ensure efficient transportation services for its entities, reflecting standard practices in federal and local requests for proposals.
    The Performance Work Statement (PWS) outlines the requirements for providing Student Transportation Services (STS) for the Department of Defense Education Activity (DoDEA) at Hanscom Air Force Base, Massachusetts. The contract's primary objective is to ensure safe and efficient transport of students from Hanscom AFB to Bedford High School, covering approximately 85 students for 180 school days and additional after-school services for about 40 students. Key elements include comprehensive program management, route establishment, safety protocols, and communication standards. The contractor must ensure personnel are trained, conduct daily vehicle inspections, and maintain a high quality of service, adhering to a strict Quality Assurance Surveillance Plan (QASP) for performance monitoring. Background checks are mandated for all personnel involved, alongside mandatory training in safety, security, and first aid. The document emphasizes the necessity of compliance with federal and state laws, military regulations, and safety protocols to safeguard students during transportation. Overall, this PWS serves to structure the contracting process for reliable student transport, aligning with DoDEA's mission of providing quality education in secure environments for military families.
    The document outlines the instructions for submission responses to a Request for Proposal (RFP) concerning Student Transportation Services (STS) at Hanscom. It requires offerors to address four main subfactors: Staffing Approach, Recruitment and Retention Approach, Management Approach, and Vehicle Approach. Each subfactor consists of specific questions that must be answered within designated word limits, emphasized in the document. Failing to complete the specified fields, especially those marked in yellow, may lead to disqualification. Key aspects include ensuring that drivers meet minimum qualifications, discussing recruitment strategies and how positions will be filled in case of personnel changes, and detailing the management of transportation routes meeting punctuality and safety standards. The vehicle requirements stress compliance with federal and state laws, specifications for inspections prior to service, and maintenance of appropriate temperatures inside vehicles to ensure student safety. This RFP serves to guide prospective contractors in offering comprehensive and compliant proposals while outlining essential criteria for performance and operations in student transportation services.
    The document outlines the submission requirements for "Volume II - Past Performance" in response to a government Request for Proposal (RFP) specifically for student transportation services. Offerors must provide at least one past performance reference for themselves and their subcontractors, focusing on efforts completed within the last three years that demonstrate similar scope, magnitude, and complexity to the solicitation's requirements. Relevant factors include transporting students of various age groups, managing special needs transportation, and handling incidents effectively. Offerors are instructed to detail contract information, service descriptions, and how their past performance aligns with the RFP’s criteria in terms of scope, magnitude, and complexity. The structure emphasizes compliance with specified requirements while allowing flexibility for additional explanations if necessary. This document underscores the importance of past performance in evaluating potential contractors, ensuring that selected entities are qualified to meet the intended service demands of the government’s solicitation.
    The Present and Past Performance Questionnaire (PPQ) pertains to the procurement of school bus services for the Hanscom Military Community. It is designed for Offerors to complete a preliminary section before forwarding the questionnaire to designated references or customers for evaluation. The responses from these references will be submitted to the Department of Defense Education Activity, where the contract specialists will review them. The PPQ assesses various performance metrics related to the contractor's experience in transporting students, particularly those with special needs, managing personnel, vehicle maintenance, and communication with stakeholders. Evaluators are instructed to rate performance on a scale from Poor/Unsatisfactory to Excellent, addressing specifics such as the contractor's track record in managing transportation services, incident response, training documentation, and timely reporting. Overall, this document serves as a tool to gauge the past performance of contractors proposing to provide essential school transportation services, ensuring that qualified providers are selected based on their demonstrated reliability and effectiveness in similar roles. The structure includes sections for both Offeror information and evaluation criteria, ensuring comprehensive feedback for effective selection.
    The document outlines a price quotation for the Department of Defense Education Activity (DoDEA) Americas Mid Atlantic District's Hanscom Daily Commute Student Transportation Services contract (RFP HE1254-25-RE017-Hanscom). It details the pricing structure across a base year and four subsequent option periods, with explicit mention of various service lines such as daily commutes and activity buses. The base year is scheduled from September 1, 2025, to August 31, 2026, with continuing services potentially extending up to six months beyond the final option year. The offeror must provide comprehensive pricing for the base period and all option periods, with careful evaluation to ensure price balance. Selection is based on the total cost of these services, reinforcing transparency and accountability in government contracting. The document emphasizes the importance of clarity in pricing to avoid significant imbalances, reflecting standard practices in federal requests for proposals (RFPs) and grants. Overall, this summary encapsulates the financial and operational parameters guiding the procurement of transportation services for students within the specified district.
    The document outlines requirements for offerors responding to federal requests for proposals (RFPs), particularly focusing on their representations and certifications necessary for eligibility. Key requirements include maintaining an active and accurate registration in the System for Award Management (SAM) by the proposal due date. Offerors must complete several specific certifications, such as representations regarding responsibility matters and compliance plans for trafficking in persons. Additional documentation supporting the offeror's capability to fulfill contract requirements is also required. This may include financial assessments, records of quality performance, and evidence of required skills and integrity. The inclusion of Controlled Unclassified Information (CUI) and source selection information signifies the need for confidentiality and careful handling of sensitive data. Overall, the document serves as a comprehensive guideline for the evaluation of offeror qualifications and compliance in governmental procurement processes.
    The document is a Non-Disclosure Agreement (NDA) issued by the Department of Defense Education Activity for parties involved in a Request for Proposal (RFP) identified as HE1254-25-R-E017. It outlines the obligations of the company and its representatives regarding confidentiality of specific attachments, including the Route List and Commuting Zone/Map. The signer affirms that they will not disclose sensitive information except when necessary and acknowledges their understanding of the agreement's terms. The NDA emphasizes the importance of protecting Controlled Unclassified Information (CUI) and complies with applicable Federal Acquisition Regulation (FAR) sections. The purpose of this NDA is to ensure that sensitive information related to government contracts remains confidential throughout the RFP process, safeguarding national interests and integrity in government procurement operations.
    The document contains the Wage Determination No. 2015-4047 under the Service Contract Act, issued by the U.S. Department of Labor. It outlines required minimum wage rates for various occupations involved in federal contracts, distinguishing between contracts awarded before and after January 30, 2022, based on two Executive Orders: 14026 and 13658. For contracts post-January 30, 2022, a minimum wage of $17.75 per hour is mandated, while earlier contracts are pegged at $13.30. The wage determination lists jobs and their corresponding pay rates across various sectors, including administrative support, automotive, food services, healthcare, and technical occupations, affecting areas in Massachusetts. It mandates additional employee benefits, sick leave (under EO 13706), and provides specific conditions for fringe benefits such as health and welfare payments. It also outlines procedures for contractors to follow for any unlisted job classifications and their wage rates. This directive ensures fair pay and protection for workers in service contracts, reflecting the government’s commitment to labor rights and compliance with federal employment standards.
    The document is a combined synopsis and solicitation for commercial services issued as Request for Proposal (RFP) HE125425RE017, specifically aimed at providing student transportation services for the Hanscom Air Force Base community in Massachusetts. This solicitation constitutes a 100% small business set-aside under the NAICS code 485410. Offerors must submit a completed Non-Disclosure Agreement to access essential attachments such as the Route List and Commuting Area Zone Map. Proposals must be submitted electronically by May 26, 2025, including required certifications and ensuring that all documents are virus-free and legible – emails exceeding 10 MB will be rejected. The contract encompasses a base year and four option years for services including daily commute and activity bus transportation, with specified quantities and schedules detailed in the attachments. Performance is expected to commence on September 1, 2025, and conclude by February 28, 2031, with inspections and acceptance at the designated DODEA regional office in Georgia. This synopsis reflects the government's ongoing efforts to procure necessary services while adhering to strict compliance and operational standards, emphasizing the importance of small business participation in federal contracting.
    The government document HE125425RE017 is an amendment to a Request for Proposal (RFP) for DoDEA Student Transportation Services at Hanscom AFB Community, MA, extending the proposal due date to 28 May 2025. It outlines the procurement as a 100% Small Business set-aside with a NAICS code of 485410, which has a small business standard of $30 million. The amendment includes important details on proposal submission procedures, including deadlines for questions and submissions, specifics on required attachments, and points of contact for the contracting officer and specialist. The document details obligations for delivery, inspection, acceptance, and contract requirements across multiple years (base plus four options). The contractor must provide daily commute and activity bus services, with specified quantities and unit prices detailed in multiple line items across option years. Additional clauses incorporated by reference cover various federal regulations applicable to the contract, focusing on small business participation, payment procedures, and compliance with governmental standards. This amendment reflects the structured and legalistic nature of government proposals, emphasizing the significance of compliance for prospective bidders and the overall goal of enhancing student transportation services within federal guidelines.
    The solicitation amendment HE125425RE017 serves to clarify previously answered questions concerning the RFP for DoDEA Student Transportation Services (STS) at Hanscom AFB Community in Massachusetts. This procurement is a 100% small business set-aside, adhering to federal regulations. All proposals must be emailed to designated contacts by specified deadlines, including a completed "Non-Disclosure Agreement." The contractor will be required to provide daily commute and activity bus services for the military community from September 1, 2025, through August 31, 2026, with options to extend for four additional years. The total contract value includes minimum and maximum order amounts yet to be determined. Proposals must comply with various federal acquisition regulations and clauses, including requirements for electronic invoicing and compliance with small business laws. This solicitation underscores the government's commitment to engaging small businesses for essential community services while ensuring adherence to regulatory standards and requirements throughout the contract term.
    The document outlines the provision related to the responsibility matters for contractors involved in federal contracts and grants valued over $10,000,000, as specified in clause 52.209-7. It defines critical terms such as "administrative proceeding," "federal contracts," and "principal." Contractors must indicate whether they possess ongoing federal contracts exceeding the specified value and provide detailed disclosures regarding their involvement in any legal, civil, or administrative proceedings in the last five years that resulted in significant penalties or findings of fault. Such disclosures must be accurately reflected in the Federal Awardee Performance and Integrity Information System (FAPIIS). Furthermore, the document mandates the importance of maintaining current information in FAPIIS as part of continuing eligibility for awards, highlighting the government's focus on contractor integrity and performance accountability. This provision serves as a critical component in ensuring that federal contracts are awarded to responsible entities, thus promoting transparency and compliance within the procurement process.
    The document outlines the Offeror Representations and Certifications necessary for proposals, specifically tailored for commercial products and services under federal contracts as outlined in FAR 52.212-3. The Offeror must complete specific representations, particularly concerning their registration status in the System for Award Management (SAM). Definitions are provided for key terminologies such as “economically disadvantaged women-owned small business” and “service-disabled veteran-owned small business.” The Offeror is required to certify compliance related to several regulations, including the Buy American Act, child labor laws, and restrictions on business operations in certain countries, notably Sudan and Iran. Moreover, certifications regarding tax liabilities and fraudulent activities are mandated, ensuring that the Offeror is not debarred or subject to criminal charges. Submission must include checks on various classifications of small business status and confirmation of ethical practices, particularly concerning lobbying and greenhouse gas emissions. The intent is to maintain transparency, ensure fair competition, and promote participation from diverse business types in federal contracting, enhancing compliance and accountability in the procurement process.
    The document pertains to the Department of Defense Education Activity (DoDEA) and focuses on compliance regarding human trafficking prevention in government contracts. It specifies that the Offeror, or contractor, must implement a compliance plan to prevent prohibited activities outlined in FAR 52.222-50, relating to combating human trafficking. This plan includes measures to actively monitor, detect, and terminate contracts with subcontractors engaging in such activities. The Offeror is required to confirm, through due diligence, whether they or their proposed agents and subcontractors are involved in prohibited activities. If any abuses have been identified, the Offeror must report the actions taken for remediation. The document is classified as Controlled Unclassified Information (CUI) and requires a signature for validation. Overall, the purpose is to ensure that contractors uphold ethical standards and comply with federal regulations concerning human trafficking.
    The document is a Letter of Commitment pertaining to the solicitation HE1254-25-R-E010 for Student Transportation Services (STS) within the Hohenfels Military Community in Germany, issued by the Department of Defense Education Activity (DoDEA). It expresses a company's commitment to fulfill the solicitation requirements upon receiving a contract award. The letter includes placeholders for the company's name, address, and the principal representative's information, along with a signature section for acknowledgment of commitment. This letter serves as a formal declaration of intent by the prospective contractor, demonstrating readiness and capability to deliver services as stipulated in the federal Request for Proposals (RFP). The document highlights the significance of such commitments in the federal procurement process, ensuring accountability and establishing expectations between the contracting entity and bidders.
    The document outlines the procedures and requirements for the Contractor Performance Assessment Reporting System (CPARS) applicable under the DoDEA Procurement Transportation Division. It emphasizes the contractor's obligation to appoint a representative, whose contact information must be provided for electronic performance assessments. This representative is responsible for receiving, reviewing, and responding to performance assessments, with a specific timeframe of 30 days for feedback. Additionally, the document outlines technological requirements for accessing CPARS, such as using updated web browsers and having Adobe Acrobat Reader for document handling. The technical support contact information is also provided to assist users. The overall purpose of this document is to facilitate the contractor's engagement in performance evaluation within the context of federal contracting requirements, emphasizing accountability and communication in performance assessments.
    The document outlines the provisions under 52.204-26, which addresses the representation regarding covered telecommunications equipment or services in federal contracts. It emphasizes the contractor's obligation to review the System for Award Management (SAM) for any excluded entities. The Offeror must confirm whether they provide or use covered telecommunications equipment or services in their operations. Specifically, the contractor must conduct a reasonable inquiry concerning their offerings and operational systems, certifying their compliance with the regulations set forth in clause 52.204-25. The document serves to ensure that federal funds do not support projects involving prohibited telecommunications and surveillance technologies, thereby enhancing system security and integrity in government contracting processes. This representation is part of broader efforts to eliminate risks associated with certain telecommunications services in federal awards.
    The document outlines the requirements for the representation regarding certain telecommunications and video surveillance services or equipment in federal contracts, specifically within the context of the Department of Defense Education Activity (DoDEA). It emphasizes that contractors must indicate if they provide covered telecommunications equipment/services as defined under the John S. McCain National Defense Authorization Act of 2019. This includes prohibitions on procuring such services from entities utilizing these technologies. Contractors are instructed not to fill out specific sections if they have previously affirmed that they do not provide or use such equipment. The document details definitions of key terms relevant to telecommunications technologies and stipulates procedures for reviewing excluded parties in the System for Award Management (SAM). Comprehensive disclosures are mandated for contractors who indicate they will provide covered equipment/services, including product details and intended use. Overall, this representation aims to ensure compliance with federal regulations that safeguard against the use of potentially risky telecommunications technologies in government contracts.
    The document outlines the requirements related to the use of cloud computing for contractors engaged in federal contracts, specifically under the DoDEA Procurement Transportation Division. It includes a definition of cloud computing, which encompasses various models like software-as-a-service and infrastructure-as-a-service, designed for convenient and efficient resource access. Contractors are required to indicate whether they plan to utilize cloud computing in their contractual obligations by selecting one of two options: anticipating the use of cloud services or not. The inclusion of Controlled Unclassified Information (CUI) and references to relevant Federal Acquisition Regulation (FAR) sections underscore the importance of compliance and confidentiality in the prospective contracts. This provision serves to inform and guide contractors in disclosing their intended use of cloud services in response to the solicitation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Student Transportation Services to the Fort Knox, Kentucky Military Community.
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services for the Fort Knox Military Community in Kentucky under Request for Proposal (RFP) HE125426RE006. The procurement aims to provide safe and efficient transportation for over 67,000 children of military and DoD civilian families, including daily commutes, special needs transportation, and scheduled curricular and co-curricular trips. This opportunity is a 100% Small Business set-aside, with a NAICS code of 485410 and a size standard of $30 million, emphasizing the importance of compliance with federal and state regulations. Interested offerors must submit a completed Non-Disclosure Agreement by January 16, 2026, to receive the essential Route List, with proposals due by January 23, 2026, at 12:00 p.m. EST. For further inquiries, contact Esther Yi at esther.yi@dodea.edu or Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    Student Transportation Services to Ft. Campbell Military Community, KY
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services at Fort Campbell, Kentucky, under solicitation number HE125426RE005. The procurement is a 100% Small Business set-aside, requiring contractors to provide safe and efficient transportation for daily commutes, special education needs, and various curricular and co-curricular activities, including JROTC and Extended School Year services. This contract encompasses a base year and four option years, with an option to extend services, emphasizing compliance with federal, state, and military regulations. Interested offerors must submit a completed Non-Disclosure Agreement by January 5, 2026, and proposals are due by January 12, 2026, with all submissions directed to Contracting Officer Esther Yi at esther.yi@dodea.edu and Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    DoDEA Daily Commute Student Transportation Services to the Hohenfels Military Community, Germany
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is conducting market research to identify qualified companies capable of providing daily commute student transportation services for the Hohenfels Military Community in Germany, with services anticipated to commence on August 1, 2026. The procurement encompasses full transportation services, including personnel, supervision, supplies, and equipment, adhering to DoDEA and Host Nation requirements, with a strong emphasis on safety, efficiency, and rigorous contract management. Interested vendors must submit a statement of interest, a capability statement (maximum of three pages), and a non-binding Rough Order of Magnitude (ROM) cost estimate by 11:00 AM EST on November 17, 2025, to Esther.Yi@dodea.edu, including “HE125426REHOHENFELS” in the subject line. Respondents must also be registered in the System for Award Management (SAM) database to be eligible for any resultant contracts.
    DoD BUS CARRIER APPROVAL By DTMO
    Dept Of Defense
    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.
    2026 Winter Attache Tour Transportation Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for transportation services to support the Winter 2026 Air Attaché Tour, scheduled from January 10 to January 12, 2026, in Miami, Florida. The procurement is a total small business set-aside under NAICS code 485510 (Charter Bus Industry), requiring the contractor to provide ground transportation for 50 attendees, including distinguished visitors, with specific vehicle requirements for group and individual movements. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation process, with a total award amount of $19,000,000. Interested parties must submit their quotes by December 19, 2025, at 10:00 AM EST, and direct any inquiries to the Contracting Officer, Ms. Danielle Sookhai, or the Contract Specialist, Ms. Maia Warren, by December 15, 2025.
    SOURCES SOUGHT--USMA Supplemental Transportation Support West Point
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is seeking qualified small businesses to provide supplemental transportation support for the United States Military Academy (USMA) at West Point, New York. The contractor will be responsible for managing a fleet of vehicles, including buses, sedans, and vans, to transport cadets, staff, and faculty, while ensuring all maintenance needs are met without any Government Furnished Equipment. This service is crucial for facilitating transportation to and from area airports and medical facilities, with operations initiated via Transportation Movement Requests (TMRs) and requiring compliance with security and background check protocols. Interested small businesses must respond to the Sources Sought Notice W911SD-26-Q-A009 by providing their capabilities and relevant experience to Ignacio Cordova at ignacio.j.cordova2.civ@army.mil, as the government aims to determine the feasibility of a small business set-aside for this requirement.
    K-12 Curriculum and Transition Education For Students with Moderate-Severe Cognitive Disabilities
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking information from contractors capable of providing a commercial, off-the-shelf (COTS) K-12 curriculum and transition education program tailored for students with moderate-severe cognitive disabilities. The objective is to develop a comprehensive educational solution that aligns with DoDEA's College and Career Ready Standards and includes differentiated lessons, engaging activities, and transition education covering essential life skills and postsecondary planning. This initiative is crucial for enhancing educational outcomes for this specific student population and is expected to lead to a six-year contract starting in August 2026, with a solicitation anticipated in April-May 2026. Interested parties must submit their responses by December 23, 2025, to Andrew Johnston at andrew.johnston@dodea.edu or Alim Koroma at Alim.Koroma@dodea.edu.
    V212--Boston VA Healthcare System Special Mode/Wheelchair Van Transportaion Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is conducting market research to identify qualified vendors for Special Mode/Wheelchair Van Transportation Services for Veteran Beneficiaries in the Boston, Massachusetts area. The procurement aims to support an estimated 5,000 one-way trips per month, ensuring that veterans have access to necessary transportation services. This sources sought notice is part of the government's efforts to evaluate market capacity and may lead to a contract that could be set aside for small businesses or opened to full competition. Interested parties are invited to submit their organizational details and tailored capability statements by January 15, 2026, at 12:00 PM EST, to David Roy at David.Roy@va.gov and Sebastian Freeze at Sebastian.Freeze@va.gov.
    K-5 Science Instructional Resources and Lab Kits
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking proposals for K-5 Science instructional resources and lab kits to support approximately 66,000 students across 161 schools globally. The procurement aims to provide commercial-off-the-shelf (COTS) research-based instructional materials, including print and digital resources for both students and teachers, as well as comprehensive lab kits and professional learning support, all aligned with the College and Career Ready Standards for Science. This initiative is crucial for enhancing elementary science education through engaging and standards-aligned resources, ensuring compliance with technical and accessibility standards. Interested parties should note that the anticipated solicitation posting date is around December 20, 2025, with an award date expected by March 6, 2026. For further inquiries, contact Nicole Freid at nicole.freid@dodea.edu or Alim Koroma at alim.koroma@dodea.edu.
    V212--Bedford VA Medical Center Special Mode/ Wheelchair Van Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, VISN 1, New England, is seeking qualified organizations to provide Special Mode/Wheelchair Van Transportation Services for Veteran Beneficiaries at the Bedford VA Medical Center in Bedford, Massachusetts. The procurement aims to identify capable parties to support an estimated requirement of approximately 1,000 one-way trips per month, contributing to the transportation needs of veterans in the area. This sources sought notice is part of market research to determine the acquisition method, which may include set-asides for small businesses or full and open competition. Interested parties are invited to submit their organizational details and tailored capability statements by January 15, 2026, at 12:00 PM EST, to sebastian.freeze@va.gov and david.roy@va.gov.