USFK TMC Services Sources Sought
ID: 47QMCB25N0001Type: Sources Sought
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA/FAS OFFICE OF ACQUISITION OPERAWASHINGTON, DC, 20405, USA

NAICS

Travel Agencies (561510)
Timeline
    Description

    The General Services Administration (GSA) is conducting a sources sought notice to identify contractors capable of providing Travel Management Company (TMC) services for the Department of Defense (DoD) in support of official travel for authorized personnel stationed in South Korea. The procurement aims to gather information on contractors with expertise in travel authorizations, reservations, ticketing fulfillment, and compliance with DoD travel policies, as well as the ability to integrate with the existing DoD Online Booking Tool (OBT). This opportunity is crucial for ensuring efficient travel management and compliance with federal regulations, particularly under the United States – Republic of Korea Status of Forces Agreement. Interested parties must submit their capabilities statements by 2:00 PM Eastern on May 1, 2025, to Amber Forehand-Hughes at amber.forehand-hughes@gsa.gov, with a focus on demonstrating relevant experience and compliance with the specified requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for Travel Management Company (TMC) services required by the Defense Travel Management Office (DTMO) for the Department of Defense (DoD) in support of official travel for authorized DoD travelers stationed in South Korea. The DTMO, established to centralize commercial travel management within the DoD, seeks contractors with expertise in travel services to provide a range of offerings, including travel reservations, ticketing, car rentals, accommodation arrangements, reporting, and compliance with travel policies. Contractors must ensure services align with the existing DoD Online Booking Tool (OBT) and demonstrate robust IT solutions. Additionally, the document specifies deliverables, including various reports and compliance requirements with federal regulations concerning personnel security and privacy. It establishes contract line-item numbers (CLINs) for pricing and service categorization. The PWS emphasizes the importance of seamless service transition, adherence to DoD travel policies, and the safeguarding of sensitive information, reflecting the broader context of government procurement procedures, compliance, and efficiency in managing federal travel-related operations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    FY27 Synopsis of City Pair Program
    General Services Administration
    The General Services Administration (GSA) is seeking qualified U.S. airlines to provide passenger transportation services under the City Pair Program, which encompasses over 18,000 domestic and international airport or city pairs. The procurement involves requirement-type contracts for a duration of one year, starting October 1, 2026, with options for additional two-month and one-month periods. These services are critical for nearly all Federal Agencies and authorized users, ensuring efficient travel logistics across the government. Interested airlines must be approved by the Department of Defense and possess appropriate FAA certification, with a Pre-solicitation Conference scheduled for January 14, 2026, and final proposals due between March 4 and April 24, 2026. For further inquiries, contact James Santini at james.santini@gsa.gov or Matthew Racchini at matthew.racchini@gsa.gov.
    RFI- Supplemental Lodging Reservation Service
    General Services Administration
    The General Services Administration (GSA) is conducting market research through a Request for Information (RFI) to explore the feasibility of a supplemental lodging reservation service aimed at eligible entities, including state and local governments, Congressional offices, government contractors, non-profit organizations, and tribal groups. The GSA seeks industry input on a Statement of Objectives and requests responses to specific capability evaluation questions to assess market readiness and capacity for this service. This initiative is crucial for enhancing travel and lodging arrangements for various governmental and non-governmental organizations. Interested parties must submit their responses via email by December 23, 2025, at 5:00 PM ET, and can direct inquiries to Elizabeth McEwen or Jennifer Miller at the provided email addresses.
    CONDUCT HOUSING REQUIREMENTS AND MARKET ANALYSIS (HRMA) FOR OSAN AB, REPUBLIC OF KOREA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking Korean-owned architect-engineer firms to conduct a Housing Requirements and Market Analysis (HRMA) at Osan Air Base, Republic of Korea. The objective of this procurement is to manage and execute a project that assesses military housing needs in accordance with Department of Defense and Air Force guidelines, which includes site visits, data collection, and market analysis. This opportunity is critical for ensuring that housing requirements are met for military personnel stationed at various Air Force bases worldwide, including Osan AB. Interested firms must submit their qualifications and responses to the sources sought notice by 3:00 PM Central Standard Time on January 12, 2026, to the designated contacts, Gregorio Armand and Louwanna Wright, via email.
    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.
    MATOC WORK PLAN EXPANSION OF DOORSTOP PARKING APRON ON OSAN AB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the MATOC Work Plan to expand the Doorstop Parking Apron at Osan Air Base (AB). This procurement aims to award a task order under the fair opportunity procedures outlined in the Federal Acquisition Regulation, allowing eligible contractors to submit their best initial proposals without prior exchanges. The project is critical for enhancing airfield infrastructure, and a site visit is strongly encouraged for interested offerors, scheduled for December 30, 2026, at 0930 hours. Proposals must be submitted by 1000 hours on the closing date of the RFP, and interested parties can contact Liam Smith at liam.d.smith2.mil@army.mil or Dong Kim at dong.h.kim49.mil@army.mil for further information.
    Sources Sought Notice MFAES Korean Firms
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Huntsville Engineering and Support Center, is conducting market research to identify qualified Korean architect-engineer (A-E) firms capable of providing a range of services for medical facilities. The procurement aims to support the design, technical assistance, engineering surveys, facility planning, and construction phase services for medical and dental clinics, hospitals, and laboratories, primarily for the USACE Medical Center of Expertise & Standardization (MCX) and the Defense Health Agency (DHA). This opportunity is significant as it addresses the critical need for high-quality medical facility design and support services, with potential work extending to other overseas locations such as Belgium, Germany, the UK, Italy, and Japan. Interested firms must submit their qualifications and a detailed capabilities questionnaire by January 26, 2026, at 12:00 P.M. Central Time, and can contact Eddie Williams or Johnna Sebben for further information.
    2026 Winter Attache Tour Transportation Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for transportation services to support the Winter 2026 Air Attaché Tour, scheduled from January 10 to January 12, 2026, in Miami, Florida. The procurement is a total small business set-aside under NAICS code 485510 (Charter Bus Industry), requiring the contractor to provide ground transportation for 50 attendees, including distinguished visitors, with specific vehicle requirements for group and individual movements. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation process, with a total award amount of $19,000,000. Interested parties must submit their quotes by December 19, 2025, at 10:00 AM EST, and direct any inquiries to the Contracting Officer, Ms. Danielle Sookhai, or the Contract Specialist, Ms. Maia Warren, by December 15, 2025.
    IT Research and Advisory Subscription Services
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking a sole-source Firm-Fixed Price task order for IT Research and Advisory Subscription Services from Gartner, Inc. This procurement aims to renew subscription services that support USTRANSCOM’s IT initiatives, including Cloud, Big Data, and IT Portfolio Optimization, with Gartner being the only provider capable of meeting the necessary security clearance requirements. The contract period is anticipated to run from January 1, 2023, to December 31, 2023, and the contracting officer will ensure the order represents the best value by reviewing pricing and seeking additional discounts. For further inquiries, interested parties may contact Jordan Gerdes at jordan.m.lewis26.civ@mail.mil or Daniel Schwab at daniel.j.schwab11.civ@mail.mil.
    Defense Enterprise and Accounting Management System Functional Management Office Support
    General Services Administration
    The General Services Administration (GSA) is seeking support for the Defense Enterprise and Accounting Management System (DEAMS) Functional Management Office. This procurement involves professional program management and support services, as outlined in the attached Limited Source Justification in accordance with FAR 8.405-6. The services are critical for ensuring effective management and operational support of the DEAMS, which plays a vital role in the financial and accounting operations of the Department of Defense. Interested parties can reach out to Adam Sawatzke at adam.sawatzke@gsa.gov or 816-509-6816, or Megan Knight at megan.knight@gsa.gov or 816-337-9613 for further details.
    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.