NESA TNDI 02-25 Transportation April 2025
ID: HQ003425QE047Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

All Other Transit and Ground Passenger Transportation (485999)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: MOTOR CHARTER (V122)

Set Aside

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

    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for transportation services to support a professional seminar organized by the Near East South Asia Center (NESA) from April 9 to 16, 2025, in the Washington, D.C. and Virginia areas. Contractors are required to provide charter bus services for up to 55 passengers, experienced drivers familiar with the region, and adherence to a quality control program, with specific transportation needs outlined for various events during the seminar. This contract, classified as firm-fixed price, emphasizes the importance of reliable transportation logistics in support of national security training initiatives. Interested contractors must submit their proposals electronically by the specified deadlines, with questions due by March 18, 2025, and are encouraged to contact Keven Primrose or Monica DeGroot at whs.ncr.ad.mbx.dsca-group@mail.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Near East South Asia Center for Strategic Studies (NESA) is seeking a contractor for non-personal transportation services during a seminar scheduled to occur from April 9 to 16, 2025, in the Washington, D.C. and Virginia areas. The contractor's responsibilities include providing a charter bus for up to 55 passengers, experienced drivers familiar with the region, and a compliance with a quality control program. The period of service excludes April 11–14, with transportation required for various events and locations specified in the attached schedule. The contractor must deliver a driver's assignment sheet, ensuring all documentation is completed as required. Performance will be monitored under a Quality Assurance Surveillance Plan, assessing service quality based on predefined metrics. The contract is classified as firm-fixed price, with specific security protocols outlined to safeguard government property. Contractors are required to be accessible and maintain a continuous workforce, adapting to schedule changes as needed. The document reflects governmental expectations for professional support in transportation logistics tied to national security training initiatives.
    The Washington Headquarters Services (WHS) Acquisition Directorate is seeking proposals for the Near East South Asia Center (NESA) for TDNI Transportation, in accordance with the Performance Work Statement (PWS). This Request for Quote (RFQ) will only be provided electronically; no hard copies will be issued. Questions are due by March 18, 2025, at 10:00 AM (ET), and proposals must be submitted via email. Proposal requirements include three distinct sections: an Administrative Section, a Technical Section, and a Price Section. The Administrative Section has page limits and must contain a cover sheet with contact details, relevant identification numbers, and completed clauses. The Technical Section must detail how the Offeror meets the required specifications, with a maximum limit of eight pages. The Price Section, using Standard Form 1449, should include a firm-fixed price, with no page limit. This RFQ reflects the government's focus on acquiring services and ensuring compliance with detailed proposal structures, necessary for evaluating Offerors’ qualifications to fulfill the contract requirements effectively.
    This document outlines the evaluation criteria for a government Request for Proposal (RFP) regarding the "Near East South Asia Center (NESA)" for TDNI Transportation. The government intends to award a contract to the responsible Offeror whose proposal is most advantageous, considering price and other factors. Evaluations will follow the Lowest Price Technically Acceptable (LPTA) method. Offerors must provide detailed information to demonstrate their capability to meet the Solicitation’s requirements. Proposals will be rated as either "Acceptable" or "Unacceptable," based on their adherence to the Solicitation's criteria. If the lowest-priced offer does not meet technical standards, subsequent lower bids will be evaluated. The process culminates when the government issues an award notice, resulting in a binding contract unless the Offeror withdraws beforehand. This procedural framework underscores the government's focus on cost efficiency while ensuring that selected proposals meet necessary technical specifications for successful project execution.
    The document outlines various Federal Acquisition Regulation (FAR) clauses relevant to government solicitations, specifically for commercial products and services. Key components include the representation and certification of offerors, particularly regarding small business status and disadvantaged business ownership classifications. Notable clauses include FAR 52.204-26, covering telecommunications equipment representations, and FAR 52.212 series, detailing instructions and requirements for offerors, along with contract terms and conditions. It also addresses the processes for payments and the incorporation of multiple clauses by reference, signifying that these provisions are integral for compliance in solicitations and contracts. The purpose of this document is to ensure that potential contractors understand the mandatory requirements and specifications they must meet when responding to federal RFPs. Accurate representation of business status and compliance with specified clauses are crucial for maintaining integrity in federal contracting processes. The structure of the document emphasizes the importance of both certification and clause adherence, ultimately guiding contractors through the complexities of the federal procurement landscape while facilitating the government's commitment to transparency and equitable access for small and disadvantaged businesses.
    The Women-Owned Small Business (WOSB) solicitation details a Request for Quote (RFQ) for transportation services to support a professional seminar organized by the Near East South Asia Center (NESA) from April 9 to 16, 2025, in the Washington D.C. area. The RFQ is issued by Washington Headquarters Services, emphasizes a Firm-Fixed Price contract, and falls under NAICS Code 485999. Contractors must provide their proposals electronically, including any applicable discounts, company information, and ensure compliance with all stated requirements for consideration. Incomplete proposals may be deemed technically unacceptable. The award will go to the lowest-priced, technically acceptable offer that meets all contractual obligations. Additionally, the document incorporates various FAR and DFARS clauses that govern the procurement process. Registration in the System for Award Management (SAM) is mandatory for all offerors. The summary emphasizes the government’s initiative to support women-owned businesses while fulfilling its transportation needs for this specified event.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    NESA LAF Transportation
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for transportation services in support of the Near East South Asia Center's seminar for the Lebanese Armed Forces, scheduled from April 5 to 13, 2025. The contract requires the provision of all necessary transportation services, including experienced drivers and equipment, to facilitate the movement of seminar participants between Dulles International Airport, lodging, and various seminar venues in the Washington, D.C., and Virginia areas. This procurement emphasizes compliance with federal regulations, particularly focusing on small business classifications, and will utilize a Lowest Price Technically Acceptable (LPTA) evaluation method to ensure cost-effectiveness and technical capability. Interested offerors must submit their proposals electronically by March 21, 2025, and can direct inquiries to Monica DeGroot at whs.ncr.ad.mbx.dsca-group@mail.mil, with an estimated contract value of $19 million.
    NESA LAF Lodging
    Buyer not available
    The Washington Headquarters Services (WHS) of the Department of Defense is soliciting proposals for lodging services to support the Lebanese Armed Forces (LAF) Seminar, scheduled from April 5 to April 12, 2025. The contractor will be responsible for providing accommodations for approximately 36 individuals, including 17 double hotel rooms, 2 single hotel rooms, and 1 self-pay single hotel room, all located within the Washington, D.C. Metropolitan area. This procurement is crucial for facilitating military training and collaboration, ensuring that participants have comfortable and accessible lodging during the seminar. Interested small businesses, particularly Women-Owned Small Businesses (WOSB), must submit their proposals electronically by March 17, 2025, and can direct inquiries to Monica DeGroot at whs.ncr.ad.mbx.dsca-group@mail.mil.
    NESA TNDI 02-25 Lodging Conference Center
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for lodging services to support the Tunisian National Defense Institute (TNDI) Seminar scheduled from April 9 to April 15, 2025, in the Washington, D.C. area. The contractor will be responsible for providing accommodations for approximately 48 participants, including 46 government-funded and 2 self-pay rooms, ensuring proximity to key venues and compliance with specific dietary and cultural requirements. This initiative is crucial for facilitating discussions on regional security and governance, thereby enhancing U.S. diplomatic efforts abroad. Interested vendors must submit their proposals electronically by the specified deadline, adhering to the outlined requirements, with inquiries due by March 18, 2025. For further information, contact Keven Primrose or Monica DeGroot at whs.ncr.ad.mbx.dsca-group@mail.mil.
    ADA Passenger Bus Requirement
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for ADA-compliant passenger buses intended for the Walter Reed National Military Medical Center. The procurement requires the provision of 55-passenger and 75-passenger buses, which must be owned and maintained by the contractor, ensuring compliance with ADA guidelines for transporting Wounded, Ill, and Injured patients and their families. This initiative is crucial for providing accessible transportation services, emphasizing safety, cleanliness, and timely service delivery. Interested vendors must submit their quotes by April 1, 2025, with evaluations based on price, technical acceptability, and past performance, including required documentation such as Past Performance Questionnaires. For further inquiries, potential offerors can contact Contract Specialist Matthew S. Tsueda at 907-201-0308 or via email at Matthew.S.Tsueda.Ctr@Health.Mil.
    CoC Shuttle Bus Service
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division, is soliciting quotes for the provision of shuttle bus services for a Change of Command Ceremony at the Dr. Phillips Center for the Performing Arts in Orlando, Florida, scheduled for May 15, 2025. Contractors are required to supply three air-conditioned buses, each with a minimum capacity of 56 passengers and wheelchair accessibility, ensuring timely transport of Department of Defense personnel between Naval Support Activity Orlando and the ceremony venue, while adhering to strict security protocols and performance metrics. This procurement is a total small business set-aside with an estimated contract value of $15 million, and interested parties should direct inquiries to Madeline R. Jackson at madeline.r.jackson.civ@us.navy.mil or Elysa Winters at elysa.m.winters.civ@us.navy.mil, with quotes due by the specified deadline.
    Charter Bus Service - Camp Ripley
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses to provide charter bus services for transporting up to 270 airmen from Minot Air Force Base (AFB) in North Dakota to Camp Ripley in Minnesota and back. The transportation requirements include a round trip scheduled for August 24, 2025, departing Minot AFB at 6:00 AM and arriving at Camp Ripley by 2:00 PM, with a return trip on August 29, 2025, at 6:30 AM, all without overnight stays. This service is crucial for facilitating military training logistics, including the transport of firearms, and ensuring the safety and timely arrival of personnel. Interested contractors must submit their proposals by March 20, 2025, and can direct inquiries to Colton Snyder at colton.snyder@us.af.mil or by phone at 701-723-3056.
    NESA TDNI 02-25 Interpretation & Translation
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for interpretation and translation services for the Tunisian National Defense Institute Seminar 02-25, scheduled from April 9 to 15, 2025, in the D.C. Metropolitan area. The contractor will be responsible for providing five days of simultaneous interpretation services between English and Arabic, along with necessary interpretation equipment and on-site technical support. This procurement is crucial for facilitating effective communication among military and civilian officials, thereby enhancing strategic dialogue in national security matters. Interested small businesses must submit their proposals electronically by March 18, 2025, and can contact Keven Primrose or Monica DeGroot at the provided email for further inquiries.
    Charter Bus for Convoy Courses
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for charter bus services to transport 55 personnel from Malmstrom Air Force Base (AFB) in Montana to Camp Guernsey in Wyoming for training exercises scheduled for April 11-19, 2025, and August 9-16, 2025. The contract requires the provision of a large motor coach bus with two drivers, ensuring non-stop transportation while adhering to safety and security protocols. This procurement is crucial for facilitating military training operations and is set aside for small businesses, with a total award amount of $19 million. Interested contractors should acknowledge the solicitation amendment and submit their proposals by the specified deadlines, with inquiries directed to Barek Webster at barek.webster@us.af.mil or Joshua Crist at joshua.crist.1@us.af.mil.
    AMD1 - DoDEA-Europe Student Transportation Security Services Program (STSSP) Bus Drivers & Safety Attendants Training
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking proposals for the Student Transportation Security Services Program (STSSP), specifically for training bus drivers and safety attendants in Italy and Spain. The procurement aims to enhance security awareness and emergency response capabilities among personnel involved in student transportation, addressing vulnerabilities to potential threats. This contract will be awarded on a competitive basis as a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a performance period extending from July 2025 to June 2030, including a base year and four option years, plus a potential 6-month extension. Interested contractors must submit their proposals by 11:00 a.m. Eastern Daylight Time (EDT) on March 31, 2025, and can direct inquiries to Jiabao Peng at jiabao.peng@dodea.edu or Marcia E. Lee at marcia.lee@dodea.edu.
    TW-25 Bus Transportation - Trinidad and Tobago
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a contract for bus transportation services in Trinidad and Tobago, primarily to support US Army South operations. The contract will cover transportation from April 20 to May 18, 2025, including services at Piarco International Airport and local hotels for deployment and redeployment activities. This initiative is crucial for ensuring efficient movement of personnel and equipment, with the applicable NAICS code being 485113 and PSC code 2310. Interested vendors are encouraged to submit a capability statement within fifteen days for consideration, and registration in the System for Award Management (SAM) is required. It is important to note that funding for this project is not currently available, making the government's financial obligation contingent upon appropriated fund availability. For further inquiries, interested parties may contact SSG Anthony Strobel at anthony.d.strobel2.mil@army.mil or by phone at 210-295-1111.