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
    Description

    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Alaska Commuter Passenger Services under solicitation number HTC71125RC001. The contract requires the provision of air transportation services for military and government personnel within Alaska, utilizing IFR-equipped, turbine-powered multi-engine aircraft with a minimum capacity of twelve passengers. This service is critical for ensuring reliable transportation in support of military operations, adhering to stringent FAA and DoD regulations, and maintaining a scheduled reliability of 95%. Interested contractors must submit their proposals, including past performance evaluations and aircraft identification details, by March 31, 2025, and can direct inquiries to Tyler Gilmore or Barbara L. Wolf via their respective email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Scheduled Fuel Barge Transportation in Atlantic Region
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for Scheduled Fuel Barge Transportation services in the Atlantic Region, specifically for the transportation of Department of Defense-owned bulk fuels. The contract requires the provision of tugs and barges with varying capacities, capable of operating in designated U.S. waterways, and emphasizes compliance with U.S. Coast Guard regulations, safety standards, and timely delivery metrics. This procurement is critical for ensuring reliable logistics support for military operations, with a total evaluated price of approximately $19.25 million covering a base year and four option years, with additional provisions for extensions. Interested contractors must submit their proposals by the specified deadlines and can direct inquiries to Stephanie Eckert at stephanie.a.eckert.civ@mail.mil or Shanda L. Lyman at shanda.l.lyman.civ@mail.mil.
    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.
    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.
    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.
    Voluntary Tanker Agreement (VTA)
    Buyer not available
    Presolicitation DEPT OF DEFENSE US TRANSPORTATION COMMAND (USTRANSCOM) is seeking sealift services for the Voluntary Tanker Agreement (VTA). This agreement provides ocean transportation charter of clean bulk fuel product for worldwide ocean movements. The contract aims to minimize disruption of program participants' service to commercial customers and includes contingency operations in response to natural disasters, terrorists or subversive activities, or required military operations. Contractors can enroll specific tanker capacity into the VTA program, and subsidized capacity must be enrolled in an Emergency Preparedness Program. Interested parties should contact Shanda L. Lyman and Sarah Albers via email for more information.
    ATLANTIC UNDERSEA TEST AND EVALUATION CENTER (AUTEC) PALM BEACH FL (KPBI)—ANDROS TOWN BAHAMAS (MYAF)
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals from qualified small businesses for passenger air charter services between the Atlantic Undersea Test and Evaluation Center (AUTEC) in Andros Town, Bahamas, and Palm Beach, Florida. The procurement aims to facilitate the transportation of personnel and equipment, highlighting the critical role of air travel in supporting defense operations and testing activities. This opportunity is set aside for small businesses under the SBA guidelines, with the NAICS code 481211 and PSC code V221, indicating a focus on nonscheduled chartered passenger air transportation. Interested parties should reach out to Barbara L. Wolf at barbara.l.wolf11.civ@mail.mil or Nicole Blanson at nicole.i.blanson.civ@mail.mil for further details.
    1.2E EUCOM OVERSEAS INTO-PLANE SOLICITATION
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for the supply of aviation turbine fuel (Jet A-1 and JP8) under the "1.2E EUCOM Overseas Into-Plane Solicitation" for various European locations from May 1, 2025, to March 31, 2030. This procurement aims to ensure a reliable supply of military aviation fuel, adhering to strict quality and regulatory standards, while promoting opportunities for small businesses, including women-owned and service-disabled veteran-owned enterprises. The solicitation emphasizes compliance with federal regulations, including sourcing restrictions related to sanctioned entities, and proposals will be evaluated based on the Lowest Price Technically Acceptable method. Interested offerors must submit their proposals by March 28, 2025, at 1:00 PM EST, and can direct inquiries to primary contact Jamika Forde at jamika.forde@dla.mil or secondary contact Tomisha King at tomisha.king@dla.mil.
    S&RTS Kingdom of Saudi Arabia
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for Stevedoring and Related Terminal Services (S&RTS) in the Kingdom of Saudi Arabia, with a contract period from August 1, 2025, to July 31, 2030. The contractor will be responsible for managing the import and export of Defense Transportation System (DTS) cargo, ensuring safe and timely delivery of military goods through designated seaports and airports, while adhering to strict safety and operational protocols. This procurement is critical for maintaining efficient logistics and support for U.S. military operations in the region. Interested parties should contact Lucy Wells at lucy.h.wells.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil for further details, with a total estimated contract value of $231,000 and a potential ceiling of $323,400. Proposals must be submitted in compliance with the outlined requirements by the specified deadlines.
    Minot AFB Charter Bus
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide charter bus services for transportation from Minot Air Force Base (AFB) in North Dakota to Camp Ripley in Minnesota. The contractor will be responsible for transporting 200 Airmen along with 500 personal bags, which includes providing qualified drivers, fuel, maintenance, and covering incidental costs such as hotel accommodations for drivers. This service is crucial for ensuring the safe and efficient movement of personnel and their belongings for military operations. Interested small businesses are encouraged to reach out to TSgt Alex Lloyd at alex.lloyd.1@us.af.mil or 701-723-2139, or SSgt Jade Amador at jade.amador.1@us.af.mil or 701-723-3260 for further details regarding the procurement process.
    DoDEA Student Transportation Services (STS) for the Ft. Novosel Military Community, Alabama
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking proposals from qualified contractors to provide Student Transportation Services (STS) for the Ft. Novosel Military Community in Alabama. The contract encompasses daily commute and special education transportation services, with a focus on ensuring safe and efficient transport for military-connected students. This initiative is part of broader efforts to support educational logistics for military families, emphasizing compliance with federal regulations and safety standards. Interested parties must submit their proposals by the specified deadlines, with the contract expected to commence on August 1, 2025, and run through July 31, 2026, with options for extension. For further inquiries, potential bidders can contact Batsaikhan Usukh at batsaikhan.usukh@dodea.edu or John Myers at john.o.myers@dodea.edu.