Tinian Vehicle Lease BPA
ID: FA502525QB001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5025 356 ECEG PKAPO, AP, 96543, USA

NAICS

Passenger Car Rental (532111)

PSC

LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (W023)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide vehicle rental services through a Blanket Purchase Agreement (BPA) for the 356th Expeditionary Theater Support Group (ETSG) at North Field, Tinian. The contractor will be responsible for supplying various types of vehicles, ensuring they are less than five years old and maintained according to specified standards, with a performance period from September 27, 2025, to September 26, 2027. This BPA, with a master dollar limit of $1 million, is crucial for meeting the transportation needs of military personnel on Tinian, and interested vendors must submit their quotes, including a price list and information sheet, by August 15, 2025. For further inquiries, potential bidders can contact SSgt Ryan Baudouin at ryan.baudouin@us.af.mil or call 671-689-0316.

    Files
    Title
    Posted
    The provided document, an "INFORMATION SHEET" (Attachment 1, FA502525QB001), serves as a template for prospective vendors responding to a government solicitation, likely an RFP or grant application. Its primary purpose is to gather essential administrative and business information from firms. Key details requested include the firm's agreement to a Blanket Purchase Agreement (BPA), small business status, contact information for price lists and follow-up, and prompt payment discount terms. Additionally, it requires the firm's CAGE Code, Unique Entity ID, and TAX ID Number. This document is crucial for the government to assess vendor eligibility, facilitate communication, and establish payment terms within the procurement process.
    This government file outlines the terms and conditions for a Blanket Purchase Agreement (BPA) identified as FA502525QB001, for services requested between September 27, 2025, and September 26, 2027. The BPA has a master dollar limit and a call limit of $1,000,000.00. Only warranted Contracting Officers from 356ETSG/CONS are authorized to make calls. Payment will be processed through Wide Area WorkFlow (WAWF), and the BPA can be cancelled with 30 days' written notice or upon reaching the aggregate total. The document incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses by reference and full text, addressing various aspects such as offeror representations, contract terms, payment instructions, and specific prohibitions (e.g., on certain telecommunications equipment, ByteDance applications, and unmanned aircraft systems from covered foreign entities). It also includes clauses on health and safety on government installations and the appointment of a PACAF Ombudsman to resolve concerns.
    The 356th Expeditionary Theater Support Group (ETSG) seeks a Blanket Purchase Agreement (BPA) for vehicle rentals in Tinian, covering all transportation needs for its members from August 2025 to January 2027. The contractor must provide personnel, equipment, and services for vehicle rentals, maintenance, and management, adhering to all applicable laws and quality standards. Key requirements include vehicles being less than five years old with under 75,000 miles, sourced from outside Tinian, and having unlimited mileage. The contractor is responsible for all scheduled and unscheduled maintenance, 24-hour towing, and roadside assistance, providing replacement vehicles for repairs exceeding 48 hours. Vehicles must not have tracking devices or onboard cameras. The government is responsible for fuel and damages due to its negligence, while the contractor must maintain specified insurance coverage. Deliverables include maintenance plans, access lists, and vehicle fleet logs. The government will monitor performance through a Contracting Officer Representative (COR), with strict quality assurance protocols in place.
    This document is a price sheet, AF Form 3052, for vehicle rentals in Tinian, associated with Purchase Request Number FA502525QB001. It details various vehicle types available for rent—Mid-Size SUV (5 Passenger), Standard-Size Minivan (7-8 Passenger), and Mid-Size Crew Cab 4-Door 1/4 Ton 2WD Pickup Truck (4-5 Passengers)—with options for monthly, weekly, or daily rentals. The sheet is designed to capture proposed total contract prices, material costs, labor costs, and other direct costs for each line item. It serves as a standardized form for contractors to submit their pricing proposals for vehicle rental services required for projects in Tinian.
    The AF Form 3052 is a price sheet for vehicle rentals in Guam, specifically for Purchase Request Number FA502525QB002. This document is part of a federal government Request for Proposal (RFP) or a similar procurement process, detailing various types of vehicles available for rent on a monthly, weekly, or daily basis. The form includes categories for commercial vans (15 passenger), mid-size SUVs (5 passenger), standard-size minivans (7-8 passenger), and mid-size crew cab 4-door 1/4 ton 2WD pickup trucks (4-5 passengers). It serves as a template for contractors to submit their proposed total contract prices, itemizing material costs, labor costs, and other direct costs for each vehicle type and rental duration. The form is designed for official use only and is critical for evaluating bids for vehicle rental services in Guam.
    The provided document is an information sheet aimed at federal contractors regarding the establishment of a Blanket Purchase Agreement (BPA) with the 356 ETSG/CONS. It requests the firm to indicate its agreement to the BPA, its status as a small business concern, and provide contact details for follow-up communication. Additionally, firms must outline any discounts for prompt payment, which will be included in all invoices. The form requires essential identifiers such as the firm's CAGE Code, Unique Entity ID, and Tax ID Number, along with a signature of acknowledgment. This document is a part of the procedural requirements for government Requests for Proposals (RFPs) and grants, ensuring standardization and transparency in procurement practices.
    The document outlines the terms and conditions for a Blanket Purchase Agreement (BPA) under solicitation FA502525QB001, effective from September 27, 2025, to September 26, 2027. Key provisions include a total BPA Master Dollar Limit of $1,000,000, stipulating that the government is only obligated to pay for calls placed by authorized personnel. Pricing adjustments must be proposed in writing and approved by the contracting officer. Cancellation can occur upon a 30-day notice or if the dollar limit is reached. Payment will be processed through the Wide Area WorkFlow (WAWF) system, and compliance with numerous Federal Acquisition Regulation (FAR) clauses is mandated, including provisions related to contractor ethics, veteran employment, and labor standards. This BPA emphasizes safeguarding sensitive information and ensures that contractors remain compliant with applicable laws and regulations throughout its duration. Overall, this solicitation highlights the government's focus on transparency, safety, and support for small businesses within federal contracting procedures.
    The 356th Expeditionary Theater Support Group (ETSG) outlines a Blanket Purchase Agreement (BPA) for rental vehicles on Tinian, aimed at fulfilling transportation needs for its members. The contractor is responsible for supplying vehicles that meet commercial standards and U.S. regulations, ensuring high quality and reliability. The BPA is valid for 17 months, allowing vehicle orders that maintain a maximum performance period of 12 months. Key responsibilities include timely delivery and pickup of vehicles, adherence to strict vehicle specifications, providing maintenance—both scheduled and unscheduled—and ensuring compliance with inspection protocols. The contractor must also supply consumables to maintain vehicle operations and perform quality assurance measures. Monitoring of contractor performance will be through inspections and customer feedback, ensuring compliance with outlined metrics. The document emphasizes that the contractor bears insurance responsibilities and liability unless negligence by government personnel occurs. The BPA framework facilitates efficient procurement while ensuring operational readiness and accountability within governmental transportation services.
    The document is an AF Form 3052, designed for the completion of a Price Sheet related to vehicle rentals in Guam. It outlines a contractual proposal that requires the contractor to list material costs, labor costs, and total expenses for various vehicle types, including commercial vans, mid-size SUVs, standard-size minivans, and crew cab pickup trucks. Each vehicle type has specific listings for monthly, weekly, and daily rental prices. The form also accounts for any additional direct costs and requires detailing unit measures, quantities, manhours, and average rates. The purpose of this document is to facilitate precise pricing and ensure that all relevant costs are accounted for in the proposal for vehicle rental services as part of federal contract requests. This emphasis on detailed cost breakdowns aligns with the standards of government RFPs and grants, maintaining transparency and accountability in public spending.
    This document addresses questions regarding a single-award Blanket Purchase Agreement (BPA) for vehicle rentals. Key clarifications include the removal of 15-passenger transit vans from the price list and confirmation that the rental location is Tinian, not Guam. The typical notice for rental calls is one month, though the initial call may have shorter notice. The BPA period (September 2025-September 2027) is for placing orders, with actual rental periods defined in individual calls. While not mandatory, submitting prices for all items and providing daily, weekly, and monthly rates is highly recommended for favorable evaluation and government flexibility. Shipping costs are allowable and should be estimated on the price list, but pre-positioning vehicles is at the vendor's discretion and not a contract requirement. The government cannot predetermine the number of vehicles needed per call, as the BPA is designed to address unpredictable demand.
    The Department of the Air Force, Pacific Air Forces, is issuing a Request for Quotes (RFQ) for a Blanket Purchase Agreement (BPA) for vehicle rentals on Tinian, specifically for the 356 ETSG at North Field. This acquisition, FA502525QB001, is a 100% set-aside for small business concerns under NAICS code 532111 with a $47M size standard. The BPA has a master dollar limit of $1M and a performance period from September 27, 2025, to September 26, 2027. Offers will be evaluated based on price and completeness of the price list, with the award going to the lowest-priced quotation. Offerors must submit a two-part quote including an Information Sheet (Attachment 1) and a Price List (Attachment 4) by August 15, 2025, 11:00 A.M. ChST. Contractors must be registered and active in the System for Award Management (SAM) prior to award. The Government is only obligated to the extent of authorized purchases made under the BPA. Questions should be directed to SSgt Ryan Baudouin, Contracting Officer, at ryan.baudouin@us.af.mil.
    The Department of the Air Force is soliciting offers for a Blanket Purchase Agreement (BPA) for vehicle rentals on Tinian, specifically for the 356 ETSG at North Field. The BPA is valued at $1 million and spans from September 27, 2025, to September 26, 2027. This acquisition is exclusively set aside for small businesses classified under NAICS code 532111. Offers will be evaluated primarily based on price and the completeness of the price list provided. Submission requirements include an Information Sheet and a Price List, which must be submitted by August 15, 2025. Potential contractors must be registered in the System for Award Management prior to entering an agreement. Authorization for purchases will be limited to designated individuals, and contractors must ensure compliance with terms outlined in the attached documents. Questions can be directed to the Contracting Officer, SSgt Ryan Baudouin. This solicitation reflects standard government procurement practices while aiming to support small business participation.
    Lifecycle
    Title
    Type
    Tinian Vehicle Lease BPA
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Master Blanket Purchase Agreement (BPA) for Vehicle Rental in Country of Honduras
    Buyer not available
    The Department of Defense, through the 410th Contracting Support Brigade, is seeking qualified contractors to establish a Master Blanket Purchase Agreement (BPA) for the rental of commercial vehicles in Honduras. This procurement involves providing non-tactical vehicles, with or without drivers, along with all necessary personnel, equipment, and services to support Joint Task Force-Bravo at Soto Cano Air Base. The BPA will be a firm-fixed-price contract for a duration of five years, with a maximum ceiling value of $5,000,000, and requires compliance with both U.S. and Honduran regulations, including specific vehicle and driver qualifications. Interested parties should contact SSG Yanto Doko Sansima at yanto.d.dokosansima.mil@army.mil or Yesica M. Valladares at yesica.m.valladares.ln@mail.mil for further details and to ensure eligibility, as registration with the System for Award Management (SAM) is mandatory.
    NON-TACTICAL VEHICLE RENTALS
    Buyer not available
    The Department of Defense, through the II Marine Expeditionary Force (MEF) Expeditionary Contracting Platoon, is seeking quotes for Non-Tactical Vehicle (NTV) rental services to establish multiple Blanket Purchase Agreements (BPAs) for an ordering period from January 1, 2026, to December 31, 2027. The procurement requires contractors to provide a variety of vehicles, including sedans, SUVs, vans, and trucks, with specific requirements for maintenance, emergency assistance, and compliance with host nation laws across multiple European countries. This opportunity is not a small business set-aside and has a maximum overall value of $4 million, with individual call orders not exceeding $350,000. Interested vendors must submit their pricing and relevant business information to the designated contacts by the specified deadline to be considered for this procurement.
    15 passenger vans.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors for the rental of 15-passenger vans to support military operations at Fort Irwin, California. The contract requires the provision of operational vehicles from April 9 to May 25, 2025, with specific safety features and maintenance obligations outlined in the Statement of Work. These vans will be utilized primarily for transporting soldiers between various locations during military training rotations, emphasizing the importance of reliability and compliance with military safety standards. Interested contractors, particularly those classified as small businesses, must submit their quotes by March 24, 2025, and can direct inquiries to SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further details.
    General Freight and Trucking
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for general freight and trucking services. This procurement aims to streamline the acquisition of transportation services necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate efficient procurement processes, allowing for multiple awards to qualified vendors, with individual call orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statement and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    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 daily waste pumping, cleaning, and restocking of supplies. This initiative supports the operational needs of the 36 Wing and surrounding areas, with responses due by December 10, 2025, at 10:00 A.M. Chamorro Standard Time. Interested vendors must be registered in the System for Award Management (SAM) and will be evaluated based on technical acceptability and price, with awards contingent upon fund availability.
    *SEE AMENDMENT #1: TIMELY COA Required: RFQ Tinian International Airport, 26,000 USG (JA1), RDD Jan 16-17,24, 2026, QUOTES DUE DEC 10TH, 2025 AT 3PM EST FT. BELVOIR TIME
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting quotations for the delivery of 26,000 USG of Jet A-1 aviation turbine fuel to Tinian International Airport in the Northern Mariana Islands. The procurement requires the fuel to be delivered via tank truck with pump on January 16-17, 2026, ensuring compliance with environmental regulations and the provision of Certificates of Analysis (CoA) that are no older than 90 days. This fuel is critical for military operations, and the contract will be awarded based on the lowest price quotation from responsible vendors, with all offers due by 3:00 PM Ft. Belvoir Time on December 10, 2025. Interested vendors should direct inquiries to Brian Hobbs at Brian.Hobbs@dla.mil or Luis Beza-Cay at Luis.Beza-Cay@dla.mil.
    Portable Toilets - PALMETTO REACH Saipan/Palau
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for portable toilet and vehicle rental services under the combined synopsis/solicitation RFQ FA441826Q00042 for the PALMETTO REACH project in Saipan and Palau. The procurement requires the delivery and servicing of four portable toilets and two handwashing stations at each location, with services including installation, cleaning, and maintenance from January 14-20, 2026. This opportunity is a 100% Small Business Set-Aside, emphasizing the importance of compliance with federal acquisition regulations and ethical business practices. Interested vendors must submit their quotes by 12:00 PM EST on December 15, 2025, and can contact SrA Levi Mowrey at levi.mowrey@us.af.mil or 843-963-5857 for further details.
    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.
    SOFAM NTV Rental
    Buyer not available
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the rental of non-tactical vehicles to support the Special Operations Forces Arctic Medic (SOFAM) exercise in Fairbanks, Alaska, scheduled from January 9 to January 28, 2026. The contractor is required to provide a total of 26 vehicles, including 18 sport utility vehicles (SUVs), 5 trucks, 2 15-passenger vans, and 1 cargo van, all of which must be 4-wheel or all-wheel drive and equipped with winter kits and traction devices. This procurement is critical for ensuring adequate ground transportation for personnel, equipment, and supplies during the exercise, with strict adherence to performance standards outlined in the Performance Work Statement (PWS). Interested vendors must submit their proposals by 5:00 PM Eastern Standard Time on December 19, 2025, and direct any inquiries to SSG Tyler Cooper at tyler.j.cooper.mil@socom.mil or SSG John Miceli at john.p.miceli.mil@socom.mil, with all questions due by 11:00 AM Eastern Standard Time on December 15, 2025.
    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.