Alaska Commuter Passenger Services
ID: HTC71125RC001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS TRANSPORTATION COMMAND (USTRANSCOM)USTRANSCOM-AQSCOTT AFB, IL, 62225-5357, USA

NAICS

Nonscheduled Chartered Passenger Air Transportation (481211)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: AIR PASSENGER (V211)
Timeline
  1. 1
    Posted Mar 13, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 8, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 3:00 PM UTC
Description

The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Alaska Commuter Passenger Services, specifically aimed at providing air transportation for military and government personnel within Alaska. Contractors are required to ensure compliance with FAA regulations while supplying all necessary personnel, equipment, and services, including scheduled flight operations primarily connecting Joint Base Elmendorf-Richardson and Eareckson Air Force Station, with a minimum of twelve passengers per flight. This contract is crucial for maintaining operational readiness and supporting military operations across Alaska, with a performance period from October 1, 2025, to September 30, 2030, and options for extensions. Interested parties should contact Tyler Gilmore at tyler.r.gilmore2.civ@mail.mil or Barbara L. Wolf at barbara.l.wolf11.civ@mail.mil for further details, and must adhere to the submission requirements outlined in the RFP and its amendments.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 9:05 PM UTC
The document outlines the Performance Work Statement (PWS) for the provision of air transportation services for military and government civilian commuter passenger transportation in Alaska. It specifies the contractor's obligations to provide fully equipped aircraft and personnel for intra-Alaska charter airlift services, adhering to FAA regulations and DoD standards. Key requirements include a minimum passenger capacity of twelve, operational capabilities for round trips between Joint Base Elmendorf-Richardson (JBER) and Eareckson Air Force Station (EAFS), maintenance of aircraft cleanliness, and provision of appropriate snacks on flights. The contractor must also ensure that aircraft are properly maintained, meet safety standards, and have navigational capabilities for diverse Alaskan conditions. The contract incorporates aspects of liability, invoicing procedures, flight schedules, and mechanisms for reporting flight delays or cancellations. It emphasizes the importance of cybersecurity measures, operational security, and compliance with government directives throughout the contractual agreement. This PWS reflects a structured approach to managing airlift services vital for military operations, emphasizing reliability, safety, and regulatory compliance to support defense activities in Alaska.
Mar 13, 2025, 3:07 PM UTC
The Performance Work Statement (PWS) for Alaska Commuter Passenger Services (RFP HTC711-25-R-C001) outlines the comprehensive requirements for contractor-provided air transportation services for military and government personnel within Alaska. Key requirements include the provision of a minimum twelve-passenger capacity using IFR-equipped, turbine-powered multi-engine aircraft, adherence to FAA and DoD regulations, and capability for numerous operational scenarios including weather diversions and emergency needs. The contractor is responsible for passenger and cargo handling, liability for baggage, ensuring aircraft maintenance and cleanliness, and providing appropriate snacks during flights. The contract mandates strict adherence to the scheduled reliability of 95%, with procedures for managing delays and cancellations. Additionally, it emphasizes cybersecurity measures and operations security to protect sensitive information. The PWS serves to ensure reliable transportation services, thereby supporting ongoing military and government operations in Alaska while maintaining compliance with regulatory standards.
Apr 8, 2025, 7:08 PM UTC
The document outlines the Performance Work Statement (PWS) for the Alaska Commuter Passenger Services contract, specifically for air transportation services for military and government personnel within Alaska. The contractor is required to supply all necessary personnel, equipment, and services, ensuring compliance with FAA regulations. A minimum of twelve passengers is mandated per flight, primarily connecting Joint Base Elmendorf-Richardson and Eareckson Air Force Station. Key aspects include scheduled flight operations, maintenance, and passenger services, such as providing snacks but excluding alcohol. The contractor must have DoD CARB approval and is expected to ensure operational readiness year-round while using IFR-equipped aircraft. The service includes provisions for emergency scenarios, cancellations, and reimbursable expenses, covering fuel purchases and accommodations during delays. The document emphasizes the importance of cybersecurity, operations security, and adherence to various government directives. A strong focus is placed on maintaining a 95% schedule reliability rate and ensuring timely delivery of air transportation services, with penalties for non-compliance. Overall, the PWS outlines the expectations for a contractor responsible for reliable transportation in support of military operations across Alaska.
Apr 8, 2025, 7:08 PM UTC
The document outlines requirements for the Alaska Commuter Passenger Services contract, specifically detailing approvals for aircraft utilization by the contractor. It specifies that only aircraft listed by approved tail numbers may be used for the contract, which must either be owned or controlled by the contractor to ensure effective management. The contractor is allowed to modify the list of aircraft during the contract by obtaining prior approval from the DoD and the Contracting Officer after ensuring technical acceptability. The contractor must provide aircraft that meet contractual requirements as determined by the Contracting Officer. Additionally, the offeror must provide details about the proposed aircraft, including type/model, tail number, passenger capacity, range, weight specifications, cruise speed, and fuel burn rate for each aircraft selected for the service. The document emphasizes that these guidelines serve to maintain operational standards and compliance during performance under the contract.
Apr 8, 2025, 7:08 PM UTC
The document outlines the pricing proposal for air transportation services as per Request for Proposal (RFP) HTC711-CRW-R-02, specifically for the FY26 Alaska Commuter Passenger Services contract. Offerors must adhere to a predefined pricing template, entering unit prices only in designated fields. The proposal covers unit pricing for flight hours, fuel reimbursements, and other costs, all of which have government-set maximum amounts that must not be altered. The estimated flight hours are 1,090, with pricing structured across multiple terms including base year and four option years, culminating in a total evaluated price of $12,008,902.24. The pricing encompasses fixed-price flight hours and time-and-materials reimbursement for fuel and other costs, with specific reimbursement policies outlined in the associated Performance Work Statement (PWS). The overall objective is to ensure vendors can provide and capture costs related to air transport services effectively while complying with federal guidelines and pricing standards.
Mar 28, 2025, 9:05 PM UTC
The document outlines the Past Performance Questionnaire (PPQ) for the USTRANSCOM solicitation number HTC71125RC001, aimed at assessing contractors' qualifications for the Alaska Commuter Passenger Services contract. Section 1 requires contractors to provide detailed information about their awarded contracts, including contractor name, description of work performed, contract type, period of performance, and financial details. Section 2 is completed by respondents to evaluate the contractor's past performance. It includes critical questions on service quality and overall performance using a rating scale from Exceptional to Unsatisfactory. Section 3 delves into specific performance metrics related to transportation services, maintenance, and responsiveness. Finally, Section 4 contains narrative questions addressing contract terminations and potential future reservations about awarding contracts to the contractor. The PPQ is designed to gather candid, factual feedback to ensure that the contractor has the appropriate experience and skills necessary for successful performance in the upcoming project. Responses must be returned to the USTRANSCOM Acquisition Office by April 12, 2025.
Apr 8, 2025, 7:08 PM UTC
The document is a Past Performance Questionnaire associated with solicitation HTC71125RC001 for USTRANSCOM regarding Alaska Commuter Passenger Services. It consists of structured sections aimed at gathering information about the performance of contractors in relation to their previous contracts. Section 1 requires the offeror to provide details about the contract, including the contractor's name, contract number, and work performed. Section 2 is for respondents to provide their information and assess the contractor's performance on various criteria, such as quality of service and overall performance through a rating system. The contractor's performance is evaluated on aspects like service quality, aircraft availability, and management performance. The final sections allow for additional narrative responses regarding the contractor's performance, including any reservations about future engagements. This questionnaire aims to help the government determine the suitability of the contractor for new contracts, emphasizing the importance of candid and factual responses which will remain confidential from the contractor.
Mar 13, 2025, 3:07 PM UTC
The document outlines a Past Performance Questionnaire for contractors responding to the USTRANSCOM solicitation HTC71125RC001, focusing on the evaluation of past performance regarding ALASKA COMMUTER PASSENGER SERVICES. Section 1 requires the submitting contractor to identify key contract details including the contract name, services performed, locations, and performance roles. Section 2 transitions to the respondent's information, gathering data to aid the government’s assessment of the contractor's capabilities based on previous contracts. Performance is evaluated across multiple metrics, including quality of service, responsiveness, and overall management using a rating system from Exceptional to Unsatisfactory. Section 3 provides a series of performance metrics specific to air transportation services, while Section 4 invites narrative responses on any reservations about future contracts and additional comments on contractor performance. The survey is designed to collect impartial evaluations directly from respondents, enhancing the reliability of performance assessments for decision-making in government contracting processes. Responses must be submitted to specified USTRANSCOM contacts by March 31, 2025, ensuring timely collection of evaluations to inform contract awards.
Apr 8, 2025, 7:08 PM UTC
The document pertains to the Request for Proposal (RFP) for Alaska Commuter Passenger Services, aiming to collect essential information from prospective offerors. It requires companies to provide their name and specify individuals authorized to negotiate and sign contracts on behalf of the company, including a point of contact's name, phone number, and email address. Additionally, the contractor or offeror must sign and date the form, confirming their authority to negotiate. This structure emphasizes the collection of critical corporate information necessary for evaluating proposals related to commuter services in Alaska. The purpose aligns with standard practices in federal RFP processes, ensuring that only qualified entities are engaged for government contracts.
Apr 8, 2025, 7:08 PM UTC
The document outlines requirements for proposals related to the Alaska Commuter Passenger Services bid, specifically concerning the eligibility and carrier flag status of applicants. It requests potential offerors to clearly indicate their intentions regarding aircraft operations under the contract, whether they are listed on the Department of Defense's Air Carrier Listing, and to specify their status as a U.S. Flag Carrier or a Foreign Flag Carrier. The submitted responses must be accompanied by supporting documentation, in line with the solicitation provision FAR 52.212-1(b)(ii)(F). This structured approach ensures that only qualified entities participate in the bidding process, highlighting regulatory compliance and operational legitimacy. The document aims to ascertain the capabilities and classifications of bidders to maintain standards for federal airlift operations.
Apr 8, 2025, 7:08 PM UTC
The document is largely corrupted and unreadable, containing random sequences of characters and symbols with minimal coherent content. However, it appears to relate to government RFPs (Requests for Proposals) and possibly includes sections on federal and state grant funding opportunities aimed at various projects. Despite the unstructured nature of the text, the primary focus of the document seems to be on the administrative procedures associated with RFPs, including the submission process and eligibility criteria for potential applicants. It may also outline guidelines for project proposals, emphasizing the need for compliance with government standards and priorities. Given the context of government RFPs and grants, the document likely serves as a reference for agencies or organizations seeking funding for public initiatives or services, providing essential information for navigating the proposal process and ensuring alignment with federal and state requirements. Overall, while specific details are obscured, the document underscores the importance of proper formatting, attention to detail, and adherence to outlined protocols during the proposal submission stage in government contracting.
Apr 8, 2025, 7:08 PM UTC
The document presents a summary of federal and state/local Requests for Proposals (RFPs) and grants. It outlines the competitive bidding process for government contracts, emphasizing the importance of meeting specified requirements and guidelines. The content highlights the various sectors eligible for funding, including infrastructure, community development, and environmental projects. Key ideas include instructions for submission, criteria for evaluation, and deadlines for potential applicants. Funding availability is linked to different priorities set by governmental agencies, aiming to enhance public services and contribute to societal goals. The file also stresses the significance of transparency and accountability in the procurement process. Moreover, the document addresses the classification of projects according to their impact, scope, and the anticipated outcomes expected from the funded initiatives. These elements support the overall aim of fostering innovation and efficiency in utilizing public resources for a wide range of community improvements. This overview serves as a guide for stakeholders interested in navigating the government funding landscape, allowing them to effectively access available resources while complying with required standards and protocols.
Apr 8, 2025, 7:08 PM UTC
The document is an amendment concerning the solicitation and modification of a government contract, identified as HTC71125RC001. Its primary purpose is to update specific attachments related to the project, including the Performance Work Statement (PWS) and Past Performance Questionnaire, as well as incorporating responses from the first round of questions and answers. The changes apply to several paragraphs within the PWS, detailing various project requirements. Additionally, it clarifies that all terms and conditions remain unchanged, although the deadline for receipt of offers is not extended. Contractors are reminded to acknowledge receipt of this amendment in their submissions, as failure to do so may lead to rejection of their offers. This amendment serves to ensure that all parties are aligned with the updated documentation and requirements of the contract while maintaining original contract terms and conditions.
Apr 8, 2025, 7:08 PM UTC
This document represents an amendment to a solicitation for a federal contract identified as HTC71125RC001. The amendment serves several purposes: it updates specific paragraphs in the Performance Work Statement (PWS), adds a new paragraph concerning hanger space, revises the Past Performance Questionnaire, and incorporates the second round of questions and answers. The modifications do not affect any other terms and conditions of the original solicitation. Contractors are advised to acknowledge receipt of this amendment to avoid the rejection of their offers. The amendment is signed by the contracting officer and is dated April 8, 2025. Overall, this document is an administrative update necessary for maintaining the integrity and clarity of the procurement process, allowing for more precise communication of project requirements and expectations in line with federal guidelines.
Apr 8, 2025, 7:08 PM UTC
The document addresses a series of inquiries related to a government Request for Proposals (RFP) for commercial airlift services, detailing responses from the government regarding eligibility and procedural requirements for bidding. Key points include the necessity for bidders to be CARB approved at the time of proposal submission, clarification on submission deadlines for questions and Past Performance Questionnaires (PPQs), and confirmation that the government will reimburse fuel costs while requiring contractors to use government-issued fuel cards. The document also discusses evaluation criteria, stating proposals will be judged as either acceptable or unacceptable based on technical capability. Additionally, it clarifies reimbursement policies for de-icing charges during emergencies and confirms that historical flight hours are unavailable, as costs have been calculated based on mileage instead. These details are crucial for offerors to understand the requirements and prepare accurate proposals aligned with government expectations.
Apr 8, 2025, 7:08 PM UTC
This document outlines responses to inquiries regarding a Request for Proposals (RFP) related to aircraft operations and support services. Key topics addressed include the nature of crew availability, flight hour requirements, equipment support, and operational logistics. The document clarifies that crew members must be available 24/7, the use of standby aircraft does not require power, and maintenance delays do not include weather-related issues like de-icing. Specific operational details include that no guaranteed monthly flight hours exist, no aircraft hangar space is available, and aircraft chartering is permitted when not in use. Furthermore, contractors are advised to incorporate mobilization costs in their proposals, while federal excise taxes apply to flights. The document also indicates that the RFP is a recompete, and past performance questionnaires from non-governmental work are accepted. Overall, these responses provide essential guidance for contractors preparing proposals, ensuring clarity on operational procedures and contractual obligations.
Apr 8, 2025, 7:08 PM UTC
The document pertains to a government Request for Proposal (RFP) identified by solicitation number HTC71125RC001 for air transportation services. The contract outlines the contractor's obligation to provide flight hours and fuel reimbursables for air transportation, effective from October 1, 2025, to September 30, 2030, with options for extensions. It emphasizes performance requirements, safety standards, and compliance with relevant Federal Aviation Administration (FAA) regulations. The contractor must maintain a valid air carrier operating certificate and adhere to the Department of Defense’s quality and safety requirements. Moreover, the document details payment methods, inspection and acceptance processes, and clauses incorporating federal regulations on business ethics, small business policies, labor standards, and environmental compliance. The government mandates report submissions through the Wide Area Workflow system for electronic invoicing and emphasizes compliance with safety measures in air service operations. The RFP also contains attachments that further elaborate on service specifications, pricing, and eligibility criteria, providing bidders with comprehensive guidelines to submit their proposals effectively. Overall, the document serves as an official solicitation for competitive bidding within federal acquisition processes, aimed at ensuring safe and reliable air transport services.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
USCG TRANSPORTATION SUPPORT TO WESTERN ALASKA VILLAGES
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for transportation support to Western Alaska villages, effective from June 1, 2025, to May 31, 2030. The BPA will facilitate transportation services from Bethel, Alaska, to various remote villages, with a focus on ensuring compliance with the Statement of Work and demonstrating technical capability. This procurement is crucial for enhancing logistical support in underserved areas, thereby improving access to essential services for local communities. Interested contractors must submit their quotes by May 19, 2025, to both Johnathan Maro and Robbin Kessler, with all inquiries directed to Robbin Kessler by April 25, 2025.
Ft. Greely, AK - Base Support Services
Buyer not available
The Department of Defense, specifically the U.S. Army's 413th Contracting Support Brigade, is planning to award a firm fixed price contract for Base Support Services at Fort Greely, Alaska. The contract will cover a range of services including custodial support, airfield operations, waste removal, facility services, environmental support, and GIS operations, with an initial term of six months and two optional three-month extensions. These services are crucial for maintaining operational readiness and supporting the U.S. Army Alaska's mission. Interested parties should direct inquiries to Contract Specialist Stephanie Spight or Contracting Officer Noah Branscom via email by April 26, 2025, at 4:00 PM HST, as this opportunity is set aside for small businesses under the NAICS code 561210, which has a size standard of $47 million.
S&RTS, Pacific Northwest (PNW)
Buyer not available
The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in the Pacific Northwest, specifically at the ports of Tacoma, Everett, Olympia, Grays Harbor, Washington, and Portland, Oregon. The contract, valued at approximately $47 million, aims to facilitate the import and export of Defense Transportation System (DTS) sponsored and non-sponsored cargo, ensuring operations are conducted with a focus on safety, efficiency, and customer service. This procurement is critical for supporting military logistics and operations in the region, with a performance period from August 1, 2025, to July 31, 2030. Interested contractors must submit their proposals by May 5, 2025, and can reach out to Melissa Romagno at melissa.s.romagno.civ@mail.mil or Cassandra A. Range at cassandra.a.range.civ@mail.mil for further inquiries.
Robins AFB Charter Bus Contract - RFQ
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for a Charter Bus Contract at Robins Air Force Base (AFB) in Georgia, aimed at providing transportation services for youth participating in summer programs. The contract requires the selected contractor to transport approximately 75 children and 12 staff members on field trips throughout the middle Georgia and Greater Atlanta area, with a total of 8 trips planned for the base year and an estimated 8 trips for each of the four option years. This initiative underscores the importance of safe and efficient transportation for youth programs, ensuring compliance with safety regulations and operational standards. Interested small businesses, particularly women-owned enterprises, must submit their quotes by April 28, 2025, with a total contract value of approximately $30 million, and can direct inquiries to Elizabeth Haines at elizabeth.haines.2@us.af.mil or Alycia Carter at alycia.carter.1@us.af.mil.
SOLICITATION: SPE605-25-R-0208 (ALASKA, POSTS, CAMPS & STATIONS (PC&S) PP 3.9)
Buyer not available
The Defense Logistics Agency (DLA) Energy is soliciting proposals for the procurement of various fuel products for the Department of Defense and federal civilian agencies in Alaska, under solicitation number SPE605-25-R-0208. The procurement encompasses a delivery period from October 1, 2025, to September 30, 2030, with specific requirements for fuel types and delivery methods, particularly addressing challenges at locations like Eareckson Air Station due to ongoing pier repairs. This opportunity emphasizes a partial small business set-aside, encouraging participation from small vendors while ensuring compliance with federal acquisition regulations. Interested parties must submit their proposals electronically via the DLA Energy Offer Entry Tool by May 12, 2025, at 10:00 PM EST, and can direct inquiries to Sandra A. Smallwood at sandra.smallwood@dla.mil or Kimberly Binns at kimberly.binns@dla.mil.
Ankara Bus Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for bus services in Ankara, Turkey, under the Combined Synopsis/Solicitation for the Ankara Bus Services project. The contract requires the provision of safe and efficient transportation services for the Department of Defense Education Activity (DoDEA), utilizing thirteen vehicles, including 21-passenger and 28-passenger minibuses, to support daily commutes, special needs transport, and extracurricular activities. This initiative is crucial for ensuring reliable educational support and safe transit for military families' children, adhering to federal standards in an international context. Interested vendors located within Turkey must submit their proposals in a single PDF format by April 24, 2025, and can contact Lucas Gross at lucas.gross.2@us.af.mil or Veronica Baptista at veronica.batistavelez@us.af.mil for further information.
Performance-Based Logistics Services for ALC
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking proposals for Performance-Based Logistics (PBL) services under solicitation number 70Z03825RB0000001. The procurement aims to secure logistical support for various aircraft, ensuring increased parts availability, reliability, and operational readiness through an Indefinite Delivery Requirements contract with Rockwell Collins, Inc. The contract will consist of a one-year base period with four optional one-year extensions, with a total ceiling of $99 million. Interested vendors must submit their proposals via email by April 16, 2025, at 4:30 PM EDT, and can direct inquiries to Livia M. Pippen at livia.m.pippen@uscg.mil.
CY25 Air Show - Additional Shuttle Buses (or Equivalent)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for shuttle bus transportation services for the CY25 Open House event at Kirtland Air Force Base (KAFB) in New Mexico. The contractor is required to provide 24 shuttle buses, each with a capacity of 44 passengers, or suitable alternatives that ensure a minimum total of 1,056 passenger seats, to facilitate transportation for attendees from various parking locations in the Albuquerque metro area to the base. This initiative is crucial for ensuring safe and efficient transportation during the event, emphasizing public safety and operational efficiency. Interested small businesses must submit their bids by April 25, 2025, with all proposals remaining valid until May 9, 2025; for further inquiries, contact Tyler Hatfield at tyler.hatfield.2@us.af.mil or Dakota Powell at dakota.powell@us.af.mil.
JBE081 F-22 Fuel Systems
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the JBE081 F-22 Fuel Systems project at Joint Base Elmendorf-Richardson (JBER), Alaska. This design-build initiative aims to enhance the Petroleum, Oil, and Lubricant (POL) infrastructure to support the F-22 fighter aircraft, increasing fuel storage capacity from 150,000 gallons to 420,000 gallons through the construction of a new JP-8 Tank Farm 6 and the demolition of the existing Tank Farm 5. The project is critical for ensuring readiness and operational capabilities for the Global Strike Task Force, with a focus on maintaining air dominance. Interested contractors should contact Katherine Green at katherine.green@usace.army.mil or Theresa Afrank at theresa.m.afrank@usace.army.mil for further details, including requests for specific equipment information, as the procurement process is underway.
Multiple Award Task Order Contract (MATOC) for Real Property Repair, Maintenance and Minor Construction for Army Installations under the Jurisdiction of the Directorate of Public Works (DPW) Alaska, in the State of Alaska
Buyer not available
The Department of Defense, specifically the Army under the Directorate of Public Works in Alaska, is seeking qualified contractors for a Multiple Award Task Order Contract (MATOC) focused on real property repair, maintenance, and minor construction at various Army installations in Alaska. This procurement aims to establish a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract over five years, which includes a one-year base period and four optional years, to address a range of construction tasks including maintenance, repair, and minor new construction. The selected contractors will be responsible for managing and executing diverse construction projects across 21 designated sites, ensuring compliance with safety and quality standards. Interested parties must submit their capability statements by May 17, 2025, to the designated contacts, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.