Bus Rental Shuttle Service
ID: FA524025Q0028Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5240 36 CONS LGCAPO, AP, 96543-4040, 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, through the Department of the Air Force, is soliciting proposals for bus rental shuttle services at Andersen Air Force Base in Guam. The procurement aims to provide transportation between key locations, including the Tumon Hotel District, Won Pat International Airport, and Northwest Field, with services required from July 3, 2025, to August 13, 2025, including night and day shuttle operations. This opportunity is set aside for small businesses, with a total budget limit of $32.5 million, and requires compliance with federal regulations, including wage determinations and active registration in the System for Award Management (SAM). Interested vendors must submit their quotes electronically by June 10, 2025, and can contact SrA Simeon Packer at simeon.packer@us.af.mil or 671-362-4695 for further details.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personnel services contract for Shuttle Bus Services in Guam, specifically transporting personnel between the Tumon Hotel District, Won Pat International Airport, Andersen Air Force Base, and Northwest Field. The contractor will provide all necessary staff, equipment, and services, ensuring buses accommodate at least 44 passengers. The performance period is specified as July 3, 2025, to August 13, 2025, with optional extensions. Services include night shuttles, day shuttles with scheduled runs between key locations, and provisions stipulating that drivers must have appropriate base access credentials. Additionally, the contractor is responsible for providing services on holidays and ensuring compliance with established safety and quality assurance standards. The government maintains the right to alter bus routes as required and to expand services based on operational needs. This contract emphasizes clear expectations for service delivery while safeguarding governmental interests against organizational conflicts of interest.
    The document outlines Wage Determination No. 2015-5693 issued by the U.S. Department of Labor, detailing the minimum pay standards required under the Service Contract Act. Effective from January 30, 2022, all contracts subject to this act must adhere to a minimum wage of $17.75 per hour, adjusted annually, with specific wage rates for various occupations listed, including Administrative Support, Automotive Services, Health Occupations, and more. The document also specifies fringe benefits including health and welfare, vacation, and holiday pay, along with additional provisions for hazardous work and uniform allowances. Contractors are obligated to comply with these wage determinations for any services rendered under federal contracts, ensuring fair compensation for employees across applicable states including Guam and the Northern Marianas. The guidelines emphasize contractor responsibility in classifying unlisted job positions and ensuring conformance to existing wage determinations. Overall, this document serves as a critical reference for federal contractors to ensure compliance with wage regulations and employee protections in federal service contracts.
    The document FA524025Q0028 outlines various clauses incorporated by reference pertaining to federal contracting, especially in relation to the Department of Defense (DoD). It includes specifics about compliance with compensation requirements for former DoD officials, whistleblower rights, safeguarding defense information, and unique item identification. Additionally, it addresses prohibitions on acquiring telecommunications equipment from certain regions and standards regarding labor, insurance, and environmental safety. The primary purpose of this document is to inform potential contractors about the regulations and requirements necessary for successful proposals in government contracts. By adhering to these clauses, contractors ensure compliance with federal laws and standards, thus promoting accountability and integrity in government dealings. Key clauses emphasize the need for data security, proper compensation practices, and ethical operations regarding defense-related contracting. The document serves as a comprehensive regulatory guideline for contractors engaging with federal procurement processes, particularly focusing on maintaining transparency and ethical conduct in the acquisition of goods and services for government use.
    The Department of the Air Force's 36th Wing is soliciting proposals for bus shuttle services at Andersen Air Force Base, Guam, through a Request for Quotes (RFQ) under solicitation number FA524025Q0028. This procurement is set aside for small businesses, with an overall budget limit of $32.5 million. The services required include night shuttle operations, transport between the base and Northwest Field, and transfers to Won Pat Airport during specified periods between July and August 2025. Vendors must submit their quotes electronically by June 10, 2025, specifying pricing for both base and optional service periods. Evaluation will be based on technical acceptability, past performance, and price, favoring offers that present the best value for the government. Additionally, all offers must comply with federal regulations, including active registration in the System for Award Management (SAM). Offerors are urged to submit their best proposals upfront, as discussions post-submission are not anticipated. This solicitation reflects the Air Force's intent to enhance its operational logistics while supporting small businesses in the procurement process.
    The Department of the Air Force is seeking quotations for bus shuttle services at Andersen Air Force Base, Guam, through Solicitation Number FA524025Q0028. This Request for Quotes (RFQ) is set aside for small businesses, with a size standard of $32.5 million. The contract will support shuttle operations between key locations in the Tumon Hotel District, Andersen AFB, and Northwest Field, from June 23 to August 22, 2025. Vendors are required to submit pricing for various contract line item numbers (CLINs) related to the shuttle services, as well as option prices for potential extensions. The evaluation process will focus on price, past performance, and technical acceptability. Vendors must provide details on relevant past projects to demonstrate their capability. The solicitation specifies obligations and contingencies related to funding availability, and emphasizes that quotes must be submitted electronically by the deadline. All participating vendors must be registered in the System for Award Management (SAM). This solicitation aims to ensure effective transportation support for military operations while adhering to government procurement standards.
    The Department of the Air Force issued a Request for Quotes (RFQ) for bus shuttle services at Andersen Air Force Base, Guam, under solicitation number FA524025Q0028P00001. This opportunity is solely for small businesses with a set-aside requirement and a size standard of $32.5 million. The response deadline is June 6, 2025, with the contract contingent upon available funding. The primary service involves shuttle buses supporting various transportation needs from Tumon Hotel District to Andersen AFB and surrounding sites, primarily between June 23 and August 13, 2025, with potential extension options. Vendors must demonstrate technical capabilities and submit relevant past performance references, while prices will be assessed for fairness. The evaluation will prioritize past performance, technical acceptability, and price, ensuring that qualified submissions are considered. All quotes must be submitted electronically by the due date, and vendors must be registered in the System for Award Management (SAM). This solicitation reflects typical federal contracting processes emphasizing transparency, competition, and adherence to various regulatory guidelines.
    The Performance Work Statement (PWS) outlines a non-personnel services contract for Shuttle Bus Services in Guam, specifically for transporting personnel between the Tumon Hotel District and key locations such as Won Pat International Airport, Andersen Air Force Base (AFB), and Northwest Field (NWF). The contract is for a base period from June 23 to August 13, 2025, with an option for an additional eight days. The service requirements include scheduled shuttles during specified shift change hours and continuous 24/7 shuttle services with luggage storage for AFB travel. The contractor must ensure drivers have appropriate base access credentials. The contract will be a Firm Fixed Price agreement, and services are expected to operate on holidays. Importantly, the document addresses potential conflicts of interest and mandates a quality assurance plan to ensure compliance with performance standards. The PWS defines roles, expectations, and deliverables while emphasizing the contractor's accountability for service quality and adherence to security protocols.
    The Department of the Air Force issued a Sources Sought notice regarding the procurement of bus rental shuttle services with operators for the 36th Logistics Readiness Squadron at Andersen Air Force Base, Guam. This document serves as a market research tool to gather information about potential sources and is not a formal Request for Proposals (RFP). Currently, no funds are available for the requirement, and this notice does not obligate the government to enter into any contract. Responses are voluntary, and costs associated with replying will not be reimbursed. Interested parties must submit their responses by May 13, 2025, at 9:00 am Chamorro Standard Time (CHST), via specified email contacts of the Contract Specialist and Contracting Officer. The shipping and delivery information specifies FOB Destination at Northwest Field in Yigo, Guam, where the services are intended to be delivered.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Vehicle Rental -PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for vehicle rental services under the combined synopsis/solicitation FA441826Q00041, specifically for the Palmetto Reach mission in Saipan and Palau. The procurement requires the contractor to provide a total of 56 vehicles, including 5-passenger cars, 7-passenger vans, and a heavy-duty pickup truck, with stringent specifications regarding vehicle condition and delivery timelines set for January 2026. This opportunity is crucial for supporting the 437th Airlift Wing's operations, ensuring reliable transportation during the mission. Interested small businesses must submit their quotes by December 15, 2025, at 12:00 PM EST, and can direct inquiries to Levi Mowrey at levi.mowrey@us.af.mil or by phone at 843-963-5857.
    Shuttle Services BPA
    Buyer not available
    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.
    Andesern AFB - Portable Toilet BPA
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to establish up to three Blanket Purchase Agreements (BPA) for the rental, delivery, and servicing of portable sanitation equipment at Andersen Air Force Base in Guam. The procurement includes standard single-occupancy portable chemical toilets, multi-stall luxury restroom trailers, and free-standing portable hand wash stations, with services encompassing waste disposal, cleaning, and restocking supplies. This initiative is crucial for supporting the operational needs of the 36th Wing and surrounding areas, with call orders issued on an as-needed basis. Interested vendors must submit their quotes by December 10, 2025, and direct any inquiries to TSgt Steven Piper at steven.piper.5@us.af.mil or by phone at 671-689-0808.
    Wifi Fleming Heights Andersen AFB, GU
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide commercial internet services for office and lodging buildings at Andersen Air Force Base in Guam. The project entails installing internet connectivity across 63 locations, including 62 housing units in Fleming Heights and two floors of Dorm Building 27006, with specific speed requirements ranging from 25 Mbps to 150 Mbps depending on the building. This procurement is critical for ensuring reliable internet access for personnel and operations at the base, with a performance period set from December 27, 2025, to December 26, 2026, and options for two additional years. Interested parties must submit attendee names for a site visit by November 20, 2023, and direct any questions to Derick Fontyn at derick.fontyn@us.af.mil by November 24, 2025.
    F18 AIRCRAFT TRANSPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide transport services for one F-18 aircraft from MCAS Miramar, San Diego, California, to Volk Field ANGB, Camp Douglas, Wisconsin. The contractor will be responsible for all personnel, equipment, and logistics necessary to transport the disassembled aircraft, including its fuselage and components, while ensuring compliance with safety and regulatory standards. This procurement is critical for military operations, with an estimated contract value of $40 million, and offers a total small business set-aside opportunity. Interested parties must submit their quotes by December 10, 2025, and direct any questions to the contracting office via email by December 2, 2025.
    DoD BUS CARRIER APPROVAL By DTMO
    Buyer not available
    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.
    Portable Office Space - PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the provision of portable office space for the PALMETTO REACH project at Saipan and Palau, specifically at Palau International Airport and Saipan International Airport. The procurement requires the delivery of two portable office spaces, each comprising approximately 3,000 square feet divided into three double-wide trailers, fully equipped with necessary furnishings, power, and safety features, to be operational by January 2026. This opportunity is a 100% Small Business Set-Aside under NAICS code 531120, emphasizing the importance of compliance with federal regulations and the provision of technical and pricing information as outlined in the Request for Quotation (RFQ) FA441826Q00043. Interested vendors must submit their quotes by December 15, 2025, at 12:00 PM EST, and can direct inquiries to Levi Mowrey at levi.mowrey@us.af.mil or Patrick Thomas at patrick.thomas.30@us.af.mil.
    NBG Security Department_Portable Toilets_GUAM
    Buyer not available
    The Department of Defense, through the Naval Supply Fleet Logistics Center Yokosuka, is soliciting quotes for the provision of portable toilets for the Naval Base Guam Security Department. The contract requires the delivery and servicing of 12 deluxe portable toilets, including regular cleaning, sanitizing, and replenishing supplies, with a base performance period from December 17, 2025, to December 16, 2026, and four optional one-year extensions through December 16, 2030. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested small businesses must submit their quotations by December 11, 2025, to the designated contract specialists, with further details available in the solicitation documents.
    Lodging Support-PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for lodging support services under the combined synopsis/solicitation FA441826Q0004 for Operation PALMETTO REACH in Saipan and Palau. The procurement aims to secure accommodations for approximately 123 individuals in Saipan and 79 in Palau from January 6-20, 2026, with specific requirements outlined in the Performance Work Statement, including room occupancy limits, amenities, and custodial services. This opportunity is a 100% Small Business Set-Aside, with proposals due by December 15, 2025, at 12:00 PM EST, and interested parties should direct inquiries to Levi Mowrey at levi.mowrey@us.af.mil or TSgt Patrick Thomas at patrick.thomas.30@us.af.mil.
    J&A - 36 LRS Supply and Transportation Management BRIDGE Action
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the "J&A - 36 LRS Supply and Transportation Management BRIDGE Action" opportunity. This procurement involves logistics support management services, aimed at enhancing supply and transportation management capabilities. Such services are critical for maintaining operational efficiency and readiness within military logistics operations. Interested parties can reach out to MSgt Xavier S. Robertson at xavier.robertson@us.af.mil or by phone at 671-366-1996, or TSgt Brian Brammer at brian.brammer@us.af.mil or 671-366-3686 for further details. Additional information can be found in the attached documentation.