Bus Shuttle Services
ID: M0031825Q0031Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING OFFICERMCBH KANEOHE BAY, HI, 96863, 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, specifically the Marine Corps Base Hawaii (MCBH), is seeking proposals for bus shuttle services to support the U.S. Navy Blue Angels Air Show scheduled for August 9-10, 2025. The contractor will be required to provide 24 standard 46-passenger buses and 2 handicapped accessible 13-passenger buses, along with qualified drivers, fuel, maintenance, and an on-site dispatcher to ensure continuous operation from 9:30 AM to 7:00 PM during the event. This procurement is crucial for facilitating safe and reliable transportation for attendees while adhering to military safety and security protocols. Interested vendors must submit their quotes electronically by 4:00 PM Hawaii Standard Time on June 25, 2025, and can direct inquiries to Captain Dylan Globerman at dylan.globerman@usmc.mil or Sgt Kihun Baek at kihun.n.baek.mil@usmc.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) from Marine Corps Base Hawaii (MCBH) for bus shuttle services during the U.S. Navy Blue Angels Air Show scheduled for August 9 and 10, 2025. The contractor is required to provide 24 standard 46-passenger buses and 2 handicapped accessible 13-passenger buses, along with qualified drivers, fuel, maintenance, and an on-site dispatcher. Key performance requirements include vehicle safety, cleanliness, and compliance with state regulations. The buses must operate continuously from 9:30 AM to 7:00 PM, necessitating a staffing plan that includes 26 drivers and adherence to security protocols due to the event's setting on a military installation. Expectations around vehicle maintenance, safety inspections, and emergency protocols are also detailed. The contractor must comply with various regulations, including security clearances for personnel and operational guidelines provided by the government. This RFP indicates MCBH's intent to ensure safe and reliable transport for attendees, showcasing a commitment to safety, compliance, and quality service provision during a significant public event.
    The document is an amendment to solicitation M0031825Q0031 regarding bus shuttle services for the Marine Corps Base Hawaii (MCBH) during the United States Navy Blue Angels air show scheduled for 9-10 August 2025. The amendment clarifies the quantity and specifications of the bus services required, including 24 passenger buses and 2 handicapped accessible buses, along with staffing requirements such as qualified bus drivers and a dispatcher. The contractor must ensure vehicle compliance with local safety regulations and provide uninterrupted service between designated pickup points and the air show venue. The main performance tasks include vehicle serviceability, shuttle operations, and emergency protocols, ensuring safety and adherence to military regulations. The period of performance is limited to the air show dates, during which contractors must comply with security requirements, including DBIDS credentials for personnel. Additionally, the document outlines rigorous reporting and compliance standards for traffic incidents, personnel accountability, emergency response coordination, and personnel conduct. The primary purpose of this amendment is to ensure comprehensive planning and execution of transportation services critical to the success of the air show while upholding safety and security on the military installation.
    The document pertains to a government Request for Proposal (RFP) M0031825Q0031, confirming it is a new project without any incumbent. It addresses clarifications regarding the bidding process, specifically the acceptability of displaying the service provider’s company name on vehicles, which is permitted. The RFP specifies a requirement for an overall quantity of 24 46-passenger buses and 2 13-passenger handicapped accessible buses, clarifying a discrepancy found in previous documents that had listed differing quantities. Furthermore, the document confirms that regardless of using larger 56-passenger buses, the total required quantity remains unchanged. This information is essential for potential bidders, as it clarifies the expectations and requirements for fulfilling the service needs outlined in the solicitation.
    Lifecycle
    Title
    Type
    Bus Shuttle Services
    Currently viewing
    Solicitation
    Similar Opportunities
    Shuttle Services BPA
    Dept Of Defense
    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.
    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.
    SOLICITATION: SPE605-25-R-0220 (HAWAII, POSTS, CAMPS & STATIONS (PC&S) PP 3.10)
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is soliciting proposals for various fuel products, including distillates and residuals, to support Department of Defense and federal civilian agencies in Hawaii through Solicitation SPE605-25-R-0220. The procurement encompasses an ordering period from July 1, 2026, to June 30, 2029, with deliveries extending until July 31, 2029, and is structured as a fixed-price requirements contract with economic price adjustments. This opportunity is particularly significant as it includes a partial small business set-aside, allowing for competitive participation from smaller firms, and requires all proposals to be submitted via the DLA Energy PC&S Offer Entry Tool (OET) by December 23, 2025, at 8:00 AM EST. Interested parties can reach out to Hannah Savine at hannah.r.savine@dla.mil or Kimberly Binns at kimberly.binns@dla.mil for further information.
    90-DAY EXTENSION RED HILL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to extend a contract for the provision of a U.S. flag tanker vessel under a Military Sealift Command (MSC) Tanker Time Charter for an additional 90 days. This extension is crucial to ensure continuous emergency storage capacity and rapid response capabilities in the event of a fuel storage tank failure at the Red Hill Bulk Fuel Storage Facility (RHBFSF) until the delivery of a newly awarded long-term contract vessel to Pearl Harbor, HI. The procurement is vital for maintaining operational readiness and supporting current and emergent missions. Interested parties can contact Stephanie Ricker at stephanie.ricker1@navy.mil or 757-341-5630, or Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil or 757-443-5886 for further details.
    Special Mode Transportation for VA Northern California Health Care System
    Veterans Affairs, Department Of
    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.
    Student Transportation Services to the Ft. Stewart Military Community in Georgia.
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking proposals for student transportation services at the Ft. Stewart Military Community in Georgia, under solicitation HE125426RE007. This procurement is a 100% Small Business set-aside, requiring contractors to provide comprehensive transportation services, including daily commutes, special education transportation, and extended school year services, with a focus on safety and efficiency. The contract encompasses a base year and four option years, with a minimum guaranteed value of $2,500. Proposals must be submitted via email by 12:00 p.m. EST on January 30, 2026, following the submission of a Non-Disclosure Agreement by January 23, 2026, to receive critical route information. Interested parties should direct inquiries to Contracting Officer Esther Yi at esther.yi@dodea.edu or Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    Music Ministry Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide Music Ministry Services at Marine Corps Base Hawaii. The contract involves a non-personnel services role for a Music Coordinator who will lead contemporary Protestant worship services, manage rehearsals, select music, and oversee logistics, with a contract duration from May 2026 to May 2031, including a basic period and four option years. This service is crucial for maintaining spiritual support and community engagement among military personnel and their families. Interested vendors must submit a one-page capability document to RP1 Harvy Natac at harvy.b.natac.mil@usmc.mil, as this notice is for market research purposes and does not constitute a solicitation.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    CONTRACTOR-OWNED /CONTRACTOR OPERATED AND GOVERNMENT-OWNED/ CONTRACTOR-OPERATED, AND (COCO/GOCO) FUEL OPERATIONS AT United States Army Garrison, HI (USAG-HI) for Schofield Barracks and Wheeler Army Airfield (Wheeler AAF).
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is preparing to issue a Request for Proposal (RFP) for Contractor Owned Contractor Operated (COCO) and Government-Owned Contractor Operated (GOCO) fuel operations at Schofield Barracks and Wheeler Army Airfield in Hawaii. The selected contractor will be responsible for maintaining and operating government-owned facilities and equipment at Wheeler AAF, as well as providing retail and bulk fuel services at Schofield Barracks, adhering to best commercial practices. This procurement is significant for ensuring efficient fuel operations and maintenance, with a firm fixed-price contract anticipated for a five-year base period starting April 1, 2026, and extending through various option periods until March 30, 2056. Interested parties should contact Lisa Marsh at Lisa.Marsh@dla.mil or (445) 737-4038 for further details and must register in the System for Award Management (SAM) to participate.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.