Hickam Open House Bus Services and Parking
ID: FA521525Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5215 766 ESS PKPJBPHH, HI, 96860-4928, USA

NAICS

Charter Bus Industry (485510)

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, through the Air Force Installation Contracting Center, is soliciting quotes for bus services and parking for the Hickam Open House event, “Wings of Aloha,” scheduled for November 16, 2024, in Honolulu, Hawaii. The procurement requires the provision of 35 motorcoach buses to transport an estimated 4,500 to 6,000 attendees from designated parking locations, including Aloha Stadium, which will accommodate parking for 1,000 vehicles. This contract is a total small business set-aside, emphasizing the government's commitment to engaging small businesses while ensuring compliance with federal acquisition regulations. Interested vendors must submit their quotes by October 28, 2024, and can direct inquiries to Mr. Jeremy Morrill at jeremy.morrill.2@us.af.mil or Alex Kanai at alex.kanai.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines the solicitation FA521525Q0001 from the federal government regarding compliance requirements for contractors, including various clauses related to compensation of former Department of Defense (DoD) officials, safeguarding of defense information, and electronic payment instructions. It details responsibilities concerning unique item identification, including definitions of key terms such as “unique item identifier” and “DoD recognized unique identification equivalent.” The document incorporates numerous clauses by reference that cover topics such as payment requests, subcontracts, cybersecurity measures, and prohibitions on certain business practices, particularly concerning the Maduro regime and sensitive technologies related to Iran. It emphasizes the significance of compliance with regulatory statements, such as representations regarding business operations, and highlights the obligations for reporting and managing unique identification for items delivered under government contracts. Overall, the purpose of this document is to ensure contractors are aware of and adhere to the complex regulatory environment governing federal acquisitions, underscoring the importance of transparency, accountability, and compliance with standards aimed at safeguarding national security interests.
    The document outlines the Performance Work Statement (PWS) for transportation services for the Hickam Open House scheduled for November 16, 2024. The Contractor is responsible for providing all necessary transportation services, including negotiating parking for 1,000 vehicles at Aloha Stadium and ensuring safety protocols for passengers. Designated bus routes to Hickam Air Force Base are specified, including contingency routes. The vehicle requirements include ADA compliance and operational safety measures, such as driver qualifications, vehicle maintenance, and adherence to local regulations. Critical components of the contract involve the Contractor's Quality Assurance Plan that addresses contingency situations, service failures, and incident reporting, with obligations to notify the Contracting Officer of service issues. Additionally, the document establishes contractor personnel qualifications, insurance requirements, and specifics regarding collaboration with Aloha Stadium's parking staff. The emphasis is on maintaining high service standards, security compliance, and detailed reporting mechanisms to ensure overall operational efficiency during the event.
    The document outlines the bus schedules for multiple routes associated with a transportation plan, divided into various time slots from 0900 to 1900. Each route follows a pattern of pickups and drop-offs at designated points, predominantly between locations labeled as A, B, C, D, and E, along with several lunch breaks scheduled intermittently. The document also highlights contingency routes (TANGO, ROMEO, SIERRA, UNIFORM) for flexible transportation arrangements. Each route is carefully timed to ensure systematic operations, with stops recurring at various intervals designed to accommodate ridership needs. Such structured scheduling is vital for efficient transportation management in line with government requests for proposals (RFPs) or community grants in transport services. The detailed breakdown reflects the need for coordination and adherence to logistics that meet public transport demands.
    This document outlines a single source justification for securing parking services for the Hickam Open House event at Aloha Stadium. The contracting activity is managed by the 766 Enterprise Sourcing Squadron, which emphasizes the unique availability of this venue to meet specific needs. The parking lot at Aloha Stadium has been identified as the only location with the necessary accommodations, including ample parking spots, bus access, foot traffic ease, and security provisions, as per the Performance Work Statement. Market research confirmed the absence of other viable options in proximity to the base. To enhance competition in the future, plans include conducting a Sources Sought notice or exploring alternative parking sites. The contracting officer, Mr. Jeremy D. Morrill, confirmed that based on regulations, only a single source is deemed suitable for this contract action. This justification showcases the government’s effort to fulfill logistical requirements effectively while addressing potential future procurement opportunities.
    The Department of the Air Force is soliciting quotes for bus services associated with an event on 16 November 2024 at Aloha Stadium, as part of a 100% small business set-aside. This Request for Quote (RFQ) is governed by FAR regulations and seeks commercial items, with a firm-fixed price contract structure. Interested vendors must submit written quotes by 28 October 2024, including specific identifiers like Cage Code and DUNS Number. Evaluation criteria will weigh price and technical acceptability against the Performance Work Statement (PWS), requiring detailed plans on service logistics, scheduling, and parking arrangements. Offerors must be registered in the System for Award Management (SAM) to qualify. The award will favor the offeror that best meets the solicitation criteria, ensuring compliance with technical standards. An ombudsman is designated to address unresolved concerns but does not influence contract decisions. Interested parties may direct inquiries to specified contacts within the contracting office. This solicitation reinforces the government’s commitment to engaging small businesses in support of its operational needs while maintaining transparency and adherence to regulatory frameworks.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    10 Miler Buses
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the provision of ten 56-passenger buses to support transportation logistics for the 2024 Space Force T-Minus 10-Miler event at Cape Canaveral Space Force Station. The buses will be utilized for pre-race and post-race operations, transporting participants from designated parking areas to the race start line and back, with services commencing early in the morning on December 14, 2024. This procurement is critical for ensuring efficient transportation during a significant military and civilian engagement, reflecting the government's commitment to organized event logistics. Proposals are due by October 21, 2024, at 11:00 A.M. EST, and interested parties should direct inquiries to Cynthia Whittaker or Abigail Muenchow via their provided email addresses, noting that funding is currently unavailable and contract awards will be contingent upon securing funds.
    I/ITSEC 2024 Bus Simplified Acquisition Procedure (SAP) Buy
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division, is seeking qualified small businesses to provide charter bus services for the Interservice/Industry Training, Simulation and Education Conference (I/ITSEC) 2024, scheduled from December 2 to December 5, 2024. The contractor will be responsible for transporting DoD employees and approved contractors between NSA Orlando and the Orange County Convention Center, requiring at least four air-conditioned, wheelchair-accessible buses with a minimum capacity of 56 passengers each. This procurement emphasizes the importance of timely and efficient transportation services for a significant government event, with strict adherence to performance standards and safety regulations. Interested parties must submit their offers by November 5, 2024, and can contact Jordan Spencer at jordan.m.spencer5.civ@us.navy.mil or Xavier Rojas at xavier.e.rojas.civ@us.navy.mil for further information.
    USAFSAM/DIMO Transportation Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force School of Aerospace Medicine, is seeking proposals for transportation services through a five-year Blanket Purchase Agreement (BPA) for the Defense Institute for Medical Operations (DIMO) in San Antonio, Texas. The contractor will be responsible for providing transportation for International Military Students, course instructors, and DIMO staff, including airport pickups and local trips associated with training courses. This procurement is crucial for ensuring safe and efficient transportation logistics for international attendees, many of whom may face language barriers or lack driving capabilities in the U.S. Interested vendors must submit their quotations electronically to Chris Stokes at chris.stokes.1@us.af.mil by October 31, 2024, with a total award amount of $19 million anticipated for the contract.
    2025 Air Show Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for logistical support services for the 2025 Aviation Nation Air Show at Nellis Air Force Base, Nevada. The contractor will be responsible for managing essential logistics, including the assembly of tent complexes, seating arrangements, and equipment for approximately 200,000 attendees, while ensuring compliance with safety standards and accessibility requirements. This procurement is critical for the successful execution of a large-scale military event, emphasizing the need for structured logistical operations. Interested small businesses must submit their quotes by October 25, 2024, and are encouraged to RSVP for a site visit scheduled for October 8, 2024. For further inquiries, contact 1st Lt Vincent McDonough at vincent.mcdonough.2@us.af.mil.
    Command and Control Facility (C2F) Complex, Phase 3 - Parking Structure, Fort Shafter, Oahu, Hawaii
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a parking structure as part of the Command and Control Facility (C2F) Complex, Phase 3, located at Fort Shafter, Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is specifically focused on the construction of parking facilities. The successful contractor will be responsible for delivering a facility that meets the operational needs of the military, ensuring efficient access and support for personnel and equipment. Interested vendors must register in the Procurement Integrated Enterprise Environment (PIEE) and submit their proposals through the PIEE Solicitation Module, with further instructions available online. For inquiries, potential offerors can contact Christie Lee at christie.s.lee@usace.army.mil or Jennifer Ko at JENNIFER.I.KO@USACE.ARMY.MIL.
    Bunkrooms
    Active
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF), is seeking qualified small businesses to provide lodging services through a Sources Sought Notice. The requirement includes two individually occupied lodging rooms, centrally located between the Controlled Industrial Areas and the Intermediate Maintenance Facility, with a travel time of 5-10 minutes, and operational availability 24/7 for a duration of 365 days. Each room must be equipped with essential amenities such as a bed, linens, a bathroom, and privacy features, along with parking for two vehicles. Interested parties must submit their capability statements by 3:00 PM HST on October 25, 2024, to the primary contact, Colby Teruya, at colby.m.teruya.civ@us.navy.mil.
    Portable Toilets for NAS Pensacola Air Show
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is soliciting proposals for the provision of portable toilets for the NAS Pensacola Air Show scheduled for November 2-3, 2024. The procurement requires the delivery of 148 standard portable restrooms, 25 wheelchair-accessible units, two restroom trailers, and 40 sinks, with all units to be operational by November 1, 2024. This initiative is crucial for ensuring sanitary conditions during a major public event, reflecting the government's commitment to public health and safety while promoting small business participation in federal contracting. Interested vendors must submit their quotes by October 18, 2024, at 09:00 AM, and direct any questions to Rhonda Davis at rhonda.r.davis4.civ@us.navy.mil by October 15, 2024.
    US Air Force Acedemy Bus Canopy Logistics
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a Bus Canopy-Logistics project at the U.S. Air Force Academy. This project entails the erection of a permanent 16-bus canopy structure designed to protect vehicles from environmental elements, including the installation of wind walls, LED lighting, general electric service, and a stormwater drainage system. The initiative is crucial for enhancing the operational efficiency and longevity of the buses utilized at the 10 LRS Vehicle Maintenance Compound. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should reach out to Michele Renkema at michele.a.renkema@usace.army.mil or Jeffrey Wyant at jeffrey.w.wyant@usace.army.mil for further details regarding the solicitation process.
    MHU-191A/M Munitions Transporter
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of 45 units of the MHU-191A/M Munitions Transporter, with a firm fixed-price contract anticipated. Offerors must comply with stringent military standards, including a quality assurance system compliant with ISO 9001, and demonstrate their ability to meet technical specifications, including NIST cybersecurity requirements. This equipment is critical for munitions transport within military operations, ensuring safety and efficiency in logistics. Proposals are due by October 23, 2024, at 5:00 P.M. EDT, and interested parties should direct inquiries to Trevor Greig at trevor.m.greig.civ@us.navy.mil or Robert Megill at robert.a.megill2.civ@us.navy.mil.
    MXG Moving Services - 146th AW Channel Islands, CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting quotes for moving services at the 146th Airlift Wing, Channel Islands Air National Guard Station in Port Hueneme, California. The contractor will be responsible for the non-personal relocation of office furniture and industrial equipment from Building 801 Hangar to nearby auxiliary buildings, with the project expected to commence around November 15, 2024, and to be completed within 14 days post-notice to proceed. This procurement is critical for facilitating a hangar renovation project and is set aside exclusively for small businesses under NAICS code 484210, with a small business size standard of $34 million. Interested contractors should contact Toni Wasgatt at toni.wasgatt@us.af.mil or William Tucker at william.tucker.32@us.af.mil for further details, noting that funds are not currently available for this effort and that the government reserves the right to cancel the RFQ at any time.