Temporary Vehicle Operators
ID: M0068124R0003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP PENDLETON, CA, 92055-5001, USA

NAICS

Bus and Other Motor Vehicle Transit Systems (485113)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: MOTOR PASSENGER (V212)

Set Aside

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

    The Department of Defense, specifically the United States Marine Corps (USMC), is seeking proposals for motor vehicle operator support services for the Southwest Region Fleet Transportation (SWRFT) Department, based at Camp Pendleton, California. The procurement aims to secure qualified motor vehicle operators to facilitate the transportation of personnel and property across military and civilian installations in California, Arizona, and Nevada, emphasizing compliance with federal and state regulations. This contract will be structured as a Single Awardee Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period, and it is set aside exclusively for small businesses under the NAICS code 485113. Interested contractors must register in the System for Award Management (SAM) and are encouraged to review the solicitation documents available at www.sam.gov. For further inquiries, contact Jody Koch at jody.koch@usmc.mil or Paul Wiggins at paul.wiggins@usmc.mil. The anticipated start date for the contract is January 16, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This document contains a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ) contract from the United States Marine Corps (USMC) to provide motor vehicle operator support to the Southwest Region Fleet Transportation (SWRFT) Department. The award aims to procure qualified motor vehicle operators and logistical support for transportation of personnel and property across military and civilian installations in California, Arizona, and Nevada, with an emphasis on on-call and ad-hoc services. It outlines specific requirements for motor vehicle operators, including licensing and experience, along with compliance with federal and state regulations. The contract is structured with a firm fixed price for ongoing support and labor hour rates for operator hours, while travel costs are reimbursable. It stipulates performance standards, safety compliance, and deliverables, along with a rigorous quality assurance plan and incident reporting procedures. Overall, the RFP underscores the commitment to ensuring efficient and compliant transportation support for military operations, with particular attention to safety, operator qualification, and accountability.
    This government document is an amendment to a solicitation regarding a contract, officially modifying details related to an existing contract (ID Code: M0068124R0003). The amendment includes a change in the North American Industry Classification System (NAICS) from 485999 to 485113, which may affect the scope and eligibility of potential bidders. It also revises the standard size code associated with the contract from $19,000,000 to $32,500,000, indicating an increase in funding or project scope. The amendment specifies that the receipt deadline for offers is not extended and outlines the consequences of failing to acknowledge this amendment appropriately. It is issued by the Regional Contracting Office-MCI West, which underscores the federal government's procedural requirements for contract management and compliance. This document serves to clarify contractual relationships, ensure transparency, and enable effective communication between the government and contractors, ultimately ensuring that the solicitation process is fair and competitive.
    The document is a Past Performance Data Sheet/Questionnaire for a federal contracting proposal. It collects essential information from contractors regarding their performance on previous contracts, including contractor details, contract specifics, and performance evaluations. It requires contractors to indicate their role (prime or subcontractor), termination history, and provide a detailed description of the work performed, including major deliverables and any issues encountered. Notable sections also ask for the assessor's verification of the information and an overall performance rating based on criteria such as quality of service, timeliness, business relations, and staffing. The document aims to evaluate the contractor’s past performance to inform future contract decisions, emphasizing the need for accurate assessments by government personnel involved in previous contracts. The instructions emphasize electronic submissions, with a deadline, to streamline the assessment process, reflecting the government's focus on efficiency and accountability in contract management. This structured approach helps ensure that only qualified contractors are considered for future federal opportunities, reinforcing the importance of past performance in government contracting.
    The Performance Work Statement (PWS) outlines the requirements for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide on-call motor vehicle operators to the United States Marine Corps (USMC) Southwest Region Fleet Transportation (SWRFT). The contractor must ensure qualified operators with relevant licenses, comply with federal, state, and local regulations, and maintain necessary records for vehicle operations across California, Arizona, and Nevada. Deliverables include maintaining operator rosters, accident reports, compliance documentation, and quality assurance procedures to support the SWRFT mission effectively.
    The US Marine Corps Regional Contracting Office MCIWEST is seeking information from vendors to provide on-call support for vehicle operators with various driver licenses at seven locations. Interested businesses are invited to submit a capabilities statement detailing their qualifications and experience, adhering to specific guidelines and a page limit, by June 11, 2024. This request is strictly for information purposes and does not constitute a solicitation for proposals or bids.
    The document outlines the Wage Determination No. 2015-5475 under the Service Contract Act, detailing minimum wage rates and fringe benefits for various occupations in Yuma County, Arizona. It specifies that contracts initiated or renewed after January 30, 2022, must comply with Executive Order 14026, mandating a minimum wage of $17.20 per hour for covered workers. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $12.90 per hour under Executive Order 13658. The document includes a comprehensive list of occupation codes, corresponding titles, hourly wage rates, and notes on fringe benefits. Key benefits include health and welfare compensation, vacation, and paid holidays. Additionally, it addresses requirements for uniform allowances and sick leave provisions under Executive Order 13706. The wage determination also outlines the conformance process for any employee classifications not specified in the listing. This file is critical for contractors and government entities involved in federal contracts, ensuring compliance with wage standards and worker protections as mandated by federal law. It emphasizes the government's commitment to safeguarding fair labor practices in federally funded contracts.
    The document is a Wage Determination No. 2015-5629 from the U.S. Department of Labor, outlining wage requirements for contracts covered under the Service Contract Act (SCA). It specifies that contracts awarded on or after January 30, 2022, must pay a minimum wage of at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, must meet a minimum of $12.90 per hour unless a higher rate is specified. The document lists various occupations and their corresponding wage rates, including administrative, automotive, health, and protective service occupations, primarily focusing on California's Riverside and San Bernardino counties. Additionally, it outlines required fringe benefits, including health and welfare provisions, vacation time, and holiday pay, while providing details on how conformance requests for unlisted classifications must be handled. This Wage Determination serves to ensure fair compensation and compliance with federal labor regulations in the context of federal contracts and grants, emphasizing contractor obligations to pay appropriate wages and benefits to employees working under government contracts.
    The document outlines Wage Determination No. 2015-5635 for workers under the Service Contract Act (SCA), specifically focusing on wage rates applicable to contracts in California, particularly San Diego County. It specifies that contracts initiated or renewed after January 30, 2022, must pay employees a minimum of $17.20 per hour, while those awarded between 2015 and January 29, 2022, adhere to a minimum of $12.90 per hour. The wage determination includes a comprehensive breakdown of wage rates for various occupations, detailing specific fringe benefits that contractors must provide, such as health and welfare, vacation, and holiday pay. Notably, rates are adjusted for compliance with Executive Orders 14026 and 13658, which set minimum wage standards. The document emphasizes the conformance process for unlisted employee classifications, ensuring appropriate wage alignment. Overall, it serves as a guideline for compliance with labor standards for federal contracts, promoting fair wages and worker protections in accordance with governmental regulations.
    The document outlines Wage Determination No. 2015-5671 from the U.S. Department of Labor regarding the Service Contract Act (SCA) for California's Mono County. It specifies minimum wage requirements for federal contracts, notably influenced by Executive Orders 14026 and 13658: contracts initiated or renewed on or after January 30, 2022, mandate a minimum wage of $17.20 per hour, whereas contracts awarded between January 1, 2015, and January 29, 2022, must pay at least $12.90 per hour unless a higher rate is specified. The document lists various occupations with corresponding wage rates and fringe benefits, including health and welfare payments and paid leave under Executive Order 13706. Additionally, it provides guidance on classification and wage rate conformance for unlisted occupational roles, indicating a structured compliance approach for federal contractors. The document emphasizes adherence to labor standards and worker protections, crucial for entities engaging in federal contracts or similar agreements.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    NTV Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Marine Corps Regional Contracting Office at Camp Pendleton, is conducting a Sources Sought/Request for Information (RFI) to assess interest and capability among businesses for non-tactical vehicle maintenance and repair services. This procurement aims to support the Southwest Region Fleet Transportation department, which manages a variety of equipment powered by gasoline, diesel, and electric engines across multiple installations in California and Arizona. The services are critical for maintaining operational readiness and safety standards within military operations. Interested parties are encouraged to submit a capabilities statement by October 10, 2024, to David Lange or Maria Caceres via email, as this notice is intended solely for information gathering and does not constitute a solicitation for proposals.
    Marine Corps Air Station Camp Pendleton, CA
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking qualified small business sources to provide Government-owned, Contractor-operated (GOCO) Aircraft & Ground Fuel Services and Storage & Distribution services at Marine Corps Air Station Camp Pendleton, California. The procurement involves comprehensive management, operation, maintenance, and quality assurance of fuel services, requiring the vendor to supply all necessary personnel, equipment, and materials to ensure effective fuel management and facility maintenance. This opportunity is significant for maintaining operational readiness and environmental compliance at the military installation. Interested parties must submit their capability statements by 3:00 PM Eastern Time on October 15, 2024, via email to Jamika Forde and William Epps, with the solicitation expected to be published between November and December 2024.
    Heavy Equipment Short Term Lease
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for a short-term lease of heavy equipment at the Marine Corps Air Ground Combat Center in Twentynine Palms, California. The procurement requires the contractor to provide, deliver, and maintain various construction and maintenance equipment, including vibratory rollers, skid steer loaders, telescopic booms, and water trucks, from October 17 to November 15, 2024, ensuring compliance with federal and state regulations. This equipment is crucial for supporting military exercises and operations, emphasizing the need for reliability and operational readiness. Interested small businesses, particularly those owned by veterans and women, must submit their proposals by 09:00 AM on October 10, 2024, and can contact Randy Zielinski or Kori Gearhart for further information.
    Pierce Vehicle Parts and Supplies
    Active
    Dept Of Defense
    The Department of Defense, specifically the Commanding Officer of the Department of the Navy, is seeking proposals for a Blanket Purchase Agreement (BPA) to procure vehicle parts and supplies for the Marine Corps Installations Pacific (MCIPAC) at MCB Camp Butler in Okinawa and CATC Camp Fuji in Shizuoka, Japan. Contractors are invited to submit pricing for specified vehicle parts, ensuring compliance with the terms outlined in the solicitation, which emphasizes the provision of original equipment manufacturer (OEM) parts and competitive pricing. This procurement is critical for maintaining the operational readiness of military vehicles, particularly fire pumper and ladder trucks, with an estimated contract value of $500,000 over five years from May 2024 to April 2029. Interested vendors must contact Minako Kinjo at minako.kinjo.ja@usmc.mil or by phone at 315-645-7140, and ensure their registration in the System for Award Management (SAM) is current to participate in this opportunity.
    Fiscal Year 2025 West Coast (CONUS + Alaska & Hawaii) General Ship Repair Indefinite Delivery Indefinite Quantity Multiple Award Contract (FY25 WCGSR IDIQ MAC)
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking multiple small business contractors for the Fiscal Year 2025 West Coast General Ship Repair Indefinite Delivery Indefinite Quantity Multiple Award Contract (FY25 WCGSR IDIQ MAC) covering locations in California, Washington, Alaska, and Hawaii. The procurement aims to establish contracts for a range of ship repair services, including equipment repairs, inspections, and emergent repairs, ensuring compliance with military regulations and safety protocols. This initiative is crucial for maintaining the operational readiness of naval vessels, supporting the U.S. Navy's supply lines at sea. Interested contractors must submit their proposals by October 16, 2024, and can direct inquiries to Rey Estrada at amador.r.estrada.civ@us.navy.mil or Charles Reeves at charles.t.reeves7.civ@us.navy.mil. The total contract capacity is estimated at $49 million.
    W--PROCUREMENT OF STRAIGHT VEHICLE LEASE SERVICES FOR NCIS FAR EAST FIELD OFFICE, VARIOUS LOCATIONS, JAPAN.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE Naval Facilities Engineering Command Far East (NAVFAC FE) is seeking a firm fixed price contract for vehicle lease services in various field offices in Japan. The contractor will provide sedans (4 each), sports utility vehicles (2 each), and vans (3 each) for a base period of 8 months with two one-year option periods. The vehicles must be delivered by September 30, 2019. Interested offerors can access the solicitation on Asia Navy Electronic Commerce Online (AsiaNECO) or Federal Business Opportunities (FBO) websites. Offerors must be registered with the System for Award Management (SAM) to be eligible for a contract award.
    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.
    Assistant Special Security Officer (ASSO)/ Command Special Access Program Security Officer (CMDSAPSO) Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide Assistant Special Security Officer (ASSO) and Command Special Access Program Security Officer (CMDSAPSO) support services at Camp Pendleton, California. The procurement aims to identify businesses capable of delivering technical and administrative personnel to assist in managing security tasks, ensuring compliance with regulations, and safeguarding classified information, as outlined in the Performance Work Statement (PWS). These services are critical for maintaining the security and integrity of sensitive military operations, particularly within the Marine Corps Tactical Systems Support Activity (MCTSSA). Interested parties must respond to the Request for Information (RFI) M68909-25-I-7600 by submitting their qualifications and business information in a searchable PDF format, with responses due by the specified deadline. For further inquiries, contact Maricela Lerma at maricela.lerma@usmc.mil or Christopher Toft at Christopher.Toft@USMC.mil.
    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 procurement of ten 56-passenger buses to facilitate transportation for participants at 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 shuttle services, ensuring efficient transport from designated parking areas to the race start line and back, with logistical details emphasizing the importance of timely and organized transportation management. Proposals are due by October 21, 2024, at 11:00 A.M. EST, and must be submitted in PDF or Word format to the designated contacts, Cynthia Whittaker and Abigail Muenchow, with the understanding that contract awards will be contingent upon the availability of funding.
    J--US Air Force Research Laboratory Vehicular Mainten
    Active
    Interior, Department Of The
    The Department of the Interior, through the Acquisition Services Directorate, is seeking contractors to provide maintenance and repair services for low-speed vehicles at Eglin Air Force Base, Florida. The procurement involves a firm-fixed-price contract with a six-month base period starting December 1, 2024, followed by four optional one-year periods and a six-month extension, specifically set aside for small businesses under NAICS code 811310. This opportunity is crucial for ensuring the operational readiness of military equipment, as contractors will be responsible for providing all necessary personnel, tools, and supplies while adhering to safety protocols and government regulations. Interested contractors must submit their proposals by the extended deadline of October 7, 2024, and are encouraged to contact Jennifer Arthur at jenniferarthur@ibc.doi.gov for further information.