School Bus Transportation
ID: W519TC-25-Q-A009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

School and Employee Bus Transportation (485410)

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, specifically the Army Contracting Command at Rock Island, Illinois, is soliciting proposals for a school bus transportation contract aimed at providing daily transportation services for military and civilian dependents. The contract requires the contractor to ensure timely transportation for approximately 60 students to and from multiple schools in the Moline School District, with additional provisions for emergency transport of up to 330 children and 85 staff members. This opportunity is a total small business set-aside, with a contract value of $30 million, spanning from August 1, 2025, to July 31, 2026, with options for extension. Interested parties should submit their proposals by 4 PM CST on June 16, 2025, and may contact Rhonda Ludwig or Mark Wells for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    Amendment 00001 to the solicitation W519TC-25-Q-A006 clarifies contractor inquiries related to the provision of school bus transportation services in the Moline/Rock Island, IL area for approximately 60 students. The amendment addresses questions about the location of pickups, required documentation, and operational specifics. The current contract is held by Johannes Bus Services, Inc. Contractors are instructed to review the entire solicitation package available on www.sam.gov under Notice ID W519TC-25-Q-A009, which includes critical details on service expectations and requirements. Additionally, the contractor will need to coordinate with the Contracting Officer Representative (COR) on student schedules and bus stop arrangements, ensuring flexibility for changes during the school year. The amendment also emphasizes that designated waiting areas will be provided for bus drivers at both schools and the Rock Island Arsenal, eliminating the need for off-site parking. All terms and conditions of the contract remain unchanged, and offerors must sign and return this amendment to acknowledge receipt. This document illustrates the process of soliciting bids for government contracts and the importance of compliance with specified requirements.
    The Statement of Work (SOW) outlines the requirements for a contractor to provide school bus services for military and civilian dependents at Rock Island Arsenal (RIA) transporting children to three schools in Moline, Illinois, during the academic year from August through June. The contractor must ensure timely transportation for approximately 60 students, including emergency transport for up to 330 children and 85 staff members within a specified radius in case of emergencies. Key personnel functions are defined, emphasizing the role of the Contracting Officer (KO) and the Contracting Officer Representative (COR) in overseeing contract administration. Specific tasks include establishing schedules and routes, executing morning and afternoon runs, accommodating late starts or early dismissals, and enforcing bus conduct rules among students. All buses provided must meet stringent safety specifications and regulations, including the presence of cameras for monitoring. Additionally, personnel involved must undergo background checks and comply with security protocols of RIA, ensuring the safety and integrity of services provided. The contract emphasizes the importance of maintaining high service standards and aligns with federal guidelines for pupil transportation safety.
    The Statement of Work for School Bus Services outlines the responsibilities of the Contractor to transport military and civilian dependents from Rock Island Arsenal (RIA) to designated schools in Moline, Illinois, for the academic year. Services must accommodate various school schedules, including emergency transports for approximately 330 children and 85 staff in crisis situations. The Contractor is required to maintain a strict schedule for morning and afternoon runs, respond promptly to any deviations, and conduct additional runs during special school events. Personnel requirements include background checks for all bus drivers and adherence to security and conduct policies set by the RIA. School buses must comply with safety standards and be exclusively available for military dependents. The document specifies detailed operational guidelines, including environmental regulations, quality assurance measures to assess Contractor performance, and the necessity for bus surveillance recording. Overall, the Statement emphasizes the importance of reliable and secure transportation services for the military community served by RIA, reiterating compliance with federal and local regulations throughout the contract period.
    The document outlines a pricing matrix for a school bus contract, specifying rates for various bus routes over a contractual period from August 1, 2025, to July 31, 2030. It details a base period along with four option years, each identifying specific line item numbers (CLIN) for different bus routes that will be contracted for service. The pricing structure includes sections for each route within the base contract and option years, with spaces designated to record the total costs for each route and the overall total price across the duration of the contract. This RFP is likely part of a broader initiative to secure transportation services for educational institutions, ensuring that they can provide reliable student transit while adhering to fiscal accountability and budgeting standards. The matrix serves as a tool for offerors to submit competitive pricing in response to a government solicitation, which is crucial for transparency and effective decision-making in selecting a service provider.
    The document outlines a government solicitation for School Bus Transportation services under the Women-Owned Small Business (WOSB) program, specifically targeting small businesses. It details the requirements for submitting written proposals, stating that oral offers will not be accepted. The contract will be awarded based on the lowest priced, responsive vendor in line with the solicitation guidelines and includes a one-year base period and four one-year options. Vendors must provide complete quotes valid for 60 days and ensure registration in the System for Award Management (SAM). Essential requirements include technical qualifications, proof of insurance, and adherence to safety and service standards. Key evaluation criteria focus on both technical capability and pricing, with the Government reserving the right to accept offers without further negotiations. The document integrates several Federal Acquisition Regulation (FAR) clauses that govern contract terms and obligations, emphasizing compliance while seeking to promote small business participation in federal contracting opportunities.
    The document is an amendment to solicitation W519TC-25-Q-A009 for a school bus transportation contract due on June 2, 2025. The amendment addresses various questions posed by potential offerors regarding contract details, including service areas, drop-off procedures, and required documentation. Key questions answered include the confirmation of service locations in Moline and Rock Island, the number of students to be transported, and insurance requirements for contractors. It clarifies that the current contractor is Johannes Bus Services, Inc., and outlines that all necessary documents for bidding can be located on the SAM.gov website. The amendment emphasizes the need for interested offerors to review the entire solicitation package thoroughly and to acknowledge receipt of the amendment by specified methods before the designated deadline. The update ensures that potential bidders have a clear understanding of the project scope and requirements, promoting transparency in the contracting process. All other terms of the original solicitation remain unchanged.
    The document outlines Amendment 0001 to solicitation W519TC-25-Q-A009 regarding a school bus contract that seeks quotes for school transportation in the Moline, IL/Rock Island, IL area. This amendment addresses questions from potential offerors regarding various contractual aspects, such as transportation logistics, request for insurance documentation, and the previous contract holder's details. Key clarifications state that students will be transported mainly from Rock Island Arsenal with estimated ridership around sixty predominantly varying throughout the school year. The contractor is to coordinate schedules and routes with the Contracting Officer Representative, and all documents related to the solicitation are accessible via the given SAM.gov notice ID. Importantly, amendments must be acknowledged properly for offers to be considered, and the contractor may not park buses on Rock Island Arsenal property. This amendment reflects the government's commitment to transparent communication and ensuring potential contractors have the necessary information to submit competitive bids.
    The document outlines a solicitation for a contract primarily involving school bus transportation services at Rock Island Arsenal, Rock Island, IL, aimed at women-owned small businesses (WOSBs). It includes essential details such as requisition and award numbers, solicitation timelines, and contact information for inquiries. The contract, worth $30 million, spans from August 1, 2025, to July 31, 2026, with options to extend for additional years. A revised scope of work is attached, detailing the service requirements, including proof of insurance, qualified personnel, and response plans for emergencies. The evaluation of proposals will focus on technical capacity and pricing, emphasizing the necessity of adherence to the Statement of Work (SOW) without assumptions. The document also incorporates clauses and requirements from federal regulations, such as the FAR and DFARS, highlighting compliance with various statutory and executive orders. This solicitation is part of the government's broader initiative to engage small businesses, particularly those owned by women, in providing essential services, ensuring both quality and adherence to federal guidelines in contract management.
    This document serves as an amendment to a solicitation related to a federal contract, specifically extending the submission deadline for offers. The key change is the new deadline for receipt of offers, now set for 4 PM CST on June 16, 2025, as opposed to its original date of June 13, 2025, at 8 AM. It details the requirements for acknowledgment of this amendment by offerors, which must be done prior to the specified deadline to avoid rejection of their proposals. Additionally, it outlines methods for submitting changes to an already submitted offer, emphasizing proper documentation and reference to the solicitation and amendment numbers. The document also includes standard formatting elements such as contractor information, contracting officer signatures, and essential dates. Overall, it emphasizes compliance with federal procurement processes while ensuring clarity and structure in the solicitation amendment context.
    Lifecycle
    Title
    Type
    School Bus Transportation
    Currently viewing
    Solicitation
    Similar Opportunities
    Student Transportation Services to the Ft. Stewart Military Community in Georgia.
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking proposals for student transportation services at the Ft. Stewart Military Community in Georgia, under solicitation HE125426RE007. This procurement is a 100% Small Business set-aside, requiring contractors to provide comprehensive transportation services, including daily commutes, special education transportation, and extended school year services, with a focus on safety and efficiency. The contract encompasses a base year and four option years, with a minimum guaranteed value of $2,500. Proposals must be submitted via email by 12:00 p.m. EST on January 30, 2026, following the submission of a Non-Disclosure Agreement by January 23, 2026, to receive critical route information. Interested parties should direct inquiries to Contracting Officer Esther Yi at esther.yi@dodea.edu or Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    Student Transportation Services to Ft. Campbell Military Community, KY
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services at Fort Campbell, Kentucky, under solicitation number HE125426RE005. The procurement is a 100% Small Business set-aside, requiring contractors to provide safe and efficient transportation for daily commutes, special education needs, and various curricular and co-curricular activities, including JROTC and Extended School Year services. This contract encompasses a base year and four option years, with an option to extend services, emphasizing compliance with federal, state, and military regulations. Interested offerors must submit a completed Non-Disclosure Agreement by January 5, 2026, and proposals are due by January 12, 2026, with all submissions directed to Contracting Officer Esther Yi at esther.yi@dodea.edu and Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    DoDEA Daily Commute Student Transportation Services to the Hohenfels Military Community, Germany
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is conducting market research to identify qualified companies capable of providing daily commute student transportation services for the Hohenfels Military Community in Germany, with services anticipated to commence on August 1, 2026. The procurement encompasses full transportation services, including personnel, supervision, supplies, and equipment, adhering to DoDEA and Host Nation requirements, with a strong emphasis on safety, efficiency, and rigorous contract management. Interested vendors must submit a statement of interest, a capability statement (maximum of three pages), and a non-binding Rough Order of Magnitude (ROM) cost estimate by 11:00 AM EST on November 17, 2025, to Esther.Yi@dodea.edu, including “HE125426REHOHENFELS” in the subject line. Respondents must also be registered in the System for Award Management (SAM) database to be eligible for any resultant contracts.
    SOURCES SOUGHT--USMA Supplemental Transportation Support West Point
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is seeking qualified small businesses to provide supplemental transportation support for the United States Military Academy (USMA) at West Point, New York. The contractor will be responsible for managing a fleet of vehicles, including buses, sedans, and vans, to transport cadets, staff, and faculty, while ensuring all maintenance needs are met without any Government Furnished Equipment. This service is crucial for facilitating transportation to and from area airports and medical facilities, with operations initiated via Transportation Movement Requests (TMRs) and requiring compliance with security and background check protocols. Interested small businesses must respond to the Sources Sought Notice W911SD-26-Q-A009 by providing their capabilities and relevant experience to Ignacio Cordova at ignacio.j.cordova2.civ@army.mil, as the government aims to determine the feasibility of a small business set-aside for this requirement.
    DoD BUS CARRIER APPROVAL By DTMO
    Dept Of Defense
    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.
    1ID Bus Charter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for a bus charter service at Fort Riley, Kansas. This procurement is categorized under transportation and travel services, focusing on passenger motor charter requirements. The service is essential for facilitating the movement of personnel, which is critical for operational readiness and logistical support. Interested parties can reach out to Kelsey Anderson at kelsey.m.anderson12.civ@army.mil or Christopher A. Richie at christopher.a.richie.civ@army.mil for further details regarding this opportunity.
    Shuttle Services BPA
    Dept Of Defense
    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.
    15 passenger vans.
    Dept Of Defense
    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.
    BATTLEFIELD STAFF RIDES (BSR) RENEWAL CONTRACT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Regional Contracting Office Bavaria, is soliciting proposals for the Battlefield Staff Rides (BSR) Renewal Contract, aimed at providing educational services to U.S. Army Europe's subordinate commands. The contract, which will be a firm-fixed-price, Indefinite Delivery Indefinite Quantity (IDIQ) agreement, seeks to enhance leadership development through historical battlefield tours, including logistical support such as transportation, accommodations, and meals. With a maximum value of $15,294,484 and a guaranteed minimum of $5,000, the contract period spans from May 27, 2026, to May 26, 2031. Interested parties should contact Matthew Troyer at matthew.e.troyer.mil@army.mil or Andrea Lucas at andrea.r.lucas.ln@army.mil for further details and to ensure compliance with the proposal submission requirements.
    V225--Martinsburg VAMC Ground Ambulance Transportation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for a five-year Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Ground Ambulance Transportation services to support the Martinsburg VA Medical Center and its associated Community-Based Outpatient Clinics. The contract will encompass a range of services, including Advanced Life Support (ALS), Basic Life Support (BLS), and Critical Care Transport (CCT), available 24/7, with specific requirements for contractor personnel qualifications, vehicle standards, and compliance with federal regulations. This procurement is crucial for ensuring timely and effective medical transportation for veterans in the designated service areas across Pennsylvania, Maryland, Virginia, and West Virginia. Interested contractors should note that the minimum guaranteed contract amount is $1,000.00, with a maximum ceiling of $2,600,000.00, and proposals are due by December 18, 2025, at 1:00 PM EST. For further inquiries, contact Dan Feng Lu at DanFeng.Lu@va.gov.