Special Education (SPED) Student Transportation Services (STS) For DoDEA Schools in Hohenfels, Germany
ID: HE125425RE010Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF DEFENSE EDUCATION ACTIVITY (DODEA)DOD EDUCATION ACTIVITYALEXANDRIA, VA, 22350-1400, USA

NAICS

School and Employee Bus Transportation (485410)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER MOTOR CHARTER (V222)
Timeline
    Description

    The Department of Defense Education Activity (DoDEA) is seeking proposals for Special Education Student Transportation Services (STS) for schools located in Hohenfels, Germany. The procurement aims to provide safe and efficient transportation for special needs students, including the provision of vehicles and safety aides, over a base year and four optional years, with a minimum order amount set at €2,500. This contract is crucial for ensuring compliance with military regulations and host nation laws while maintaining high safety standards for the transportation of military-connected students. Interested contractors must submit their proposals via email by 12:00 p.m. EDT on May 2, 2025, and direct any questions to the primary contacts, John Myers at john.myers2@dodea.edu and Zlata Dale at zlata.dale@dodea.edu.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines requirements for student transportation services for special education (SPED) students attending DoDEA schools in Hohenfels, Germany. Managed by the Department of Defense Education Activity (DoDEA), the contract's primary goal is to ensure safe and efficient transportation while adhering to Host Nation laws and military regulations. Key deliverables include personnel lists, vehicle lists, and incident reports, all required for transparency and accountability. The Contractor must manage personnel effectively, maintain communication with drivers, and ensure timely reporting of ridership counts and any incidents. Transportation routes must be efficiently established, accommodating adjustments for unexpected changes, ensuring students are safely picked up and dropped off at designated locations. Notably, safety procedures demand trained personnel, including Safety Aides when necessary, and require ongoing compliance with security protocols. The document emphasizes the need for clear communication, adherence to safety standards, and thorough training for all individuals involved. An acceptable quality level is set at a minimum of 98% compliance across all objectives, with ultimate responsibility resting on the Contractor to fulfill outlined requirements consistently. This focus on safety and diligence evidences the government's commitment to providing a secure and effective transportation program for its military-connected students.
    The file outlines the requirements for responding to a government Request for Proposals (RFP) regarding staffing and vehicle management in the context of special education transportation services at the Hohenfels installation. It specifies the need for a comprehensive technical approach divided into four subfactors: Staffing Approach, Recruitment and Retention Approach, Management Approach, and Vehicle Approach. Each subfactor includes specific questions that must be addressed within word limits, aimed at evaluating the Offeror's capacity to meet contract requirements. Key details include minimum qualifications for Contract Managers, Alternate Managers, Drivers, and Safety Aides, alongside protocols for recruitment and retention strategies. The file emphasizes the importance of compliance with safety regulations, training, and background checks. For vehicles, specifications regarding readiness, maintenance, and environmental conditions are crucial, including the types of vehicles suitable for the service. Completing all sections accurately is vital, with highlighted fields indicating mandatory responses, while optional sections do not incur penalties for omission. The document emphasizes adherence to deadlines and efficient management strategies to assure on-time delivery and high-quality service for student transportation needs.
    This document outlines the requirements for submitting a Past Performance Volume as part of a federal Request for Proposal (RFP). Offerors must provide at least one recent past performance reference for both the prime and subcontractors, focusing on bus transportation services for students. Key elements evaluated include recency (within the last three years), relevance (scope, magnitude, and complexity of the work), and overall quality of past performance. The submission must include contract details such as contract number, type, period of performance, value, customer agency information, and a brief description of services provided. Offerors are tasked with articulating how their past experiences align with the project's requirements regarding scope, magnitude, and complexity, which includes transporting students, managing personnel, vehicle maintenance, and ensuring safety during operations. Overall, the document’s purpose is to ensure that the government can assess Offerors' capabilities effectively based on their past experiences, thereby ensuring they meet the complex needs of student transportation services.
    The Present and Past Performance Questionnaire (PPQ) is designed for evaluating school bus services for the Hohenfels Military Community. The Offeror must complete the initial sections before sending it to a customer reference for evaluation. The questionnaire assesses various aspects of the contractor’s performance, including their experience in transporting children, especially those with special needs, and providing safety personnel. Key evaluation criteria include the contractor's responsiveness to deficiencies, incident management, vehicle maintenance according to laws and requirements, training reporting, and communication effectiveness. The evaluation uses a rating system ranging from Poor/Unsatisfactory to Excellent, enabling a structured feedback mechanism. Overall, this document serves as a crucial tool in the assessment process, aligning contractor qualifications with the specific needs outlined in the Request for Proposal (RFP) for school transportation services.
    The document outlines a price quotation for Special Education (SPED) Student Transportation Services (STS) in the DoDEA Europe East District at Hohenfels. It details the costs associated with providing transportation services for SPED students over a base year from August 1, 2025, to July 31, 2026, followed by four option periods extending to January 31, 2031. Each section lists vehicle/vane services and safety aides, with quantities specified for 720 runs per year in the initial years, transitioning to 360 runs during the optional extension period. Notably, all cost figures remain at € 0.00 across the document, indicating that pricing details are yet to be finalized. The government intends to evaluate the total pricing for all service periods combined and emphasizes the importance of balanced pricing in bids. The document serves as part of a formal Request for Proposal (RFP), aiming to establish a contract for necessary transportation services, ensuring compliance with FAR regulations and transparent government procurement processes.
    The document outlines the requirements for offerors participating in federal contracts, emphasizing the need for accurate and active registration in the System for Award Management (SAM) by the proposal due date. It lists the minimal required representations and certifications that must be submitted with proposals, including various enclosures addressing responsibility matters, compliance plans, and telecommunications representations. Additionally, it indicates that offerors must provide supporting documentation to demonstrate their ability to fulfill the service requirements, which may include financial statements, quality performance records, and evidence of capacity or skills. The guidance reiterates the importance of providing Controlled Unclassified Information (CUI) and mentions the regulations surrounding source selection information. This document serves as a crucial reference to ensure compliance with federal standards and enhance the integrity of the procurement process within government RFPs and grants.
    The document consists of a Non-Disclosure Agreement (NDA) specific to the Department of Defense Education Activity, focusing on the confidentiality obligations of involved parties regarding sensitive information linked to a Request for Proposal (RFP). Key details include the need for signatories, identified by their company, name, job title, and the RFP number, to affirm their commitment to not disclose any information regarding Attachment 7(a), the Route List, and Attachment 7(b), the Commuting Zone/Map, from the RFP without necessity. The signatory certifies their understanding and acceptance of terms and attests to the truthfulness of their statements. The NDA emphasizes adherence to regulations related to Controlled Unclassified Information (CUI) and Source Selection Information, cited under FAR 2.101 and 3.104, denoting its significance in protecting sensitive government operations. Overall, this document establishes a formal agreement for maintaining the confidentiality required in government RFP processes, ensuring that proprietary and sensitive data is safeguarded throughout the engagement.
    The document outlines the provisions established in FAR Clause 52.209-7 regarding the responsibility matters for contractors with federal grants and contracts valued over $10 million. It defines key terms such as "administrative proceeding," "principal," and specifies the obligations of the offeror in relation to their past legal and administrative proceedings. Offerors must indicate whether they have active federal contracts above the specified value and report any relevant legal issues, including convictions or findings of fault, within the last five years. The text underscores the necessity of maintaining current information in the Federal Awardee Performance and Integrity Information System (FAPIIS) and mandates that offerors keep their System for Award Management (SAM) registration active. The procedure aims to ensure accountability and transparency by allowing government agencies to review potential contractors' past conduct before awarding federal contracts or grants. The structure of the document includes definitions, requirements for self-reporting, and procedural mandates, ultimately focusing on promoting lawful and responsible participation in federal procurement processes.
    This document outlines the Offeror Representations and Certifications for commercial products and services in federal procurement, emphasizing compliance and definitions needed for proposals. It specifies that offerors must confirm their status regarding small business classifications, including categories like economically disadvantaged women-owned small businesses and service-disabled veteran-owned small businesses. The document enumerates various certifications related to labor practices, tax liabilities, and prohibited business operations in certain regions. Furthermore, it mandates disclosures regarding sensitive technology, child labor usage, and adherence to Buy American provisions. Offerors must state their compliance with taxation requirements and specify whether they are engaged in restricted business operations. This RFP serves as an essential framework for the federal acquisition process, aiming to gather critical representations from vendors to ensure eligibility and compliance with federal laws and regulations, thereby fostering accountability and fostering equitable opportunities in government contracting.
    This document pertains to compliance with federal regulations against human trafficking within the context of a government Request for Proposal (RFP) managed by the DoDEA Procurement Transportation Division. Specifically, it relates to the contractor's responsibility, under clause 52.222-50, to implement a compliance plan aimed at preventing prohibited activities related to trafficking in persons. The Offeror must ensure that neither it nor any of its agents or subcontractors are involved in such activities, or if any abuses have occurred, that appropriate remedial actions have been taken. The document provides a framework for the Offeror to certify compliance, which includes a signature and date, affirming their adherence to these critical anti-trafficking measures. This certification is vital for maintaining ethical standards in government contracts and safeguarding against exploitation in federally funded projects.
    The document is a Letter of Commitment for the solicitation HE1254-25-R-E010, which pertains to the Department of Defense Education Activity’s (DoDEA) request for student transportation services within the Hohenfels Military Community in Germany. It expresses a company's commitment to undertake the work outlined in the solicitation if awarded the contract. The letter must include the company’s representative signature, name, and title, affirming their intentions regarding the solicitation. This document falls under controlled unclassified information and is subject to specific regulatory frameworks, emphasizing its importance in the procurement process. It reflects a formal assurance of capability and readiness to fulfill government contracting requirements.
    The document outlines the procedures and requirements for the Contractor Performance Assessment Reporting System (CPARS) relevant to contractors working with the DoDEA Procurement Transportation Division. Contractors are responsible for designating a representative to receive assessments, review them, and respond within a specified timeframe. It emphasizes that any personnel changes must be communicated to the Assessing Official or Contracting Officer by the contractor. The document also provides technical requirements for accessing CPARS, detailing the supported web browsers and the necessity of having the Adobe Acrobat Reader installed. Contact information for technical support is provided to assist users with any issues. The mention of Controlled Unclassified Information (CUI) indicates the sensitivity of the data handled within CPARS. Overall, the document is essential for ensuring proper performance evaluations and compliance related to federal contracts in a structured and efficient manner.
    The document outlines the representation requirements related to "covered telecommunications equipment or services" as stipulated in federal contracts, particularly referencing policy established in clause 52.204-25. It instructs offerors to verify their compliance with these regulations by checking the System for Award Management (SAM) for any excluded parties. Offerors must confirm whether they provide covered telecommunications equipment or services in their offerings to the government and assess if any systems utilized include such equipment. The requirement ensures awareness and accountability among contractors regarding telecommunications equipment that may pose risks, supporting government efforts to maintain security and integrity in contracting. The section is part of a broader directive aimed at safeguarding federal procurement practices, ensuring contractors are vetted against specific exclusions related to telecommunications services.
    This document outlines the regulations concerning the use and procurement of certain telecommunications and video surveillance equipment by contractors in federal contracts, as stipulated in the 52.204-24 representation clause. Contractors must indicate whether they supply or use covered telecommunications equipment or services, which are restricted under the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The document establishes specific definitions and prohibitions related to the procurement of covered equipment or services, effective from August 2020. It requires contractors to conduct reasonable inquiries and provide detailed disclosures if they do use such equipment or services, including information on manufacturers, equipment descriptions, and usage explanations. The representations are significant for maintaining compliance with federal contracting requirements and ensuring that potential risks associated with such equipment are mitigated. This provision reiterates the government’s commitment to uphold security and integrity in telecommunications used in federal contracts.
    The document outlines the representation concerning the use of cloud computing in federal procurement, particularly focusing on solicitation 252.239-7009. Cloud computing is defined as an accessible model for sharing computing resources such as networks, storage, and applications, which can be easily provisioned with minimal management effort. Offerors must indicate whether they anticipate using cloud computing services in the performance of any contract resulting from this solicitation by selecting the appropriate option—either affirming or denying the use of such services. This provision emphasizes the importance of clarity regarding the potential incorporation of cloud computing in contracts, contributing to a structured approach in federal RFPs. The inclusion of this representation assists in procurement transparency and aligns with regulatory standards under the Federal Acquisition Regulation (FAR).
    The document is a Request for Proposal (RFP) for Special Education Student Transportation Services for Department of Defense Education Activity (DoDEA) schools in Hohenfels, Germany. The solicitation number HE125425RE010 invites proposals for both the base year and four optional years, encompassing services for transporting special needs students, including the provision of vehicles and safety aides. Interested contractors must submit a completed Non-Disclosure Agreement (Attachment 7) to access restricted documents and are required to meet strict proposal submission deadlines via email. Key components include submission guidelines, eligibility requirements, and a detailed list of service commitments outlined in the Performance Work Statement. The minimum order amount is set at €2,500, with maximum amounts determined upon award. The RFP specifies critical dates for the submission of proposals and questions, alongside strict requirements for document formatting and size. The contract will govern terms of service, including inspection, and performance metrics, emphasizing the importance of compliance with federal guidelines. This RFP highlights the government’s intent to procure necessary services efficiently while providing transparent guidelines for interested contractors.
    Lifecycle
    Similar Opportunities
    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.
    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.
    Student Transportation Services to the Fort Knox, Kentucky Military Community.
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services for the Fort Knox Military Community in Kentucky under Request for Proposal (RFP) HE125426RE006. The procurement aims to provide safe and efficient transportation for over 67,000 children of military and DoD civilian families, including daily commutes, special needs transportation, and scheduled curricular and co-curricular trips. This opportunity is a 100% Small Business set-aside, with a NAICS code of 485410 and a size standard of $30 million, emphasizing the importance of compliance with federal and state regulations. Interested offerors must submit a completed Non-Disclosure Agreement by January 16, 2026, to receive the essential Route List, with proposals due by January 23, 2026, at 12:00 p.m. EST. For further inquiries, contact Esther Yi at esther.yi@dodea.edu or Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    K-12 Curriculum and Transition Education For Students with Moderate-Severe Cognitive Disabilities
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking information from contractors capable of providing a commercial, off-the-shelf (COTS) K-12 curriculum and transition education program tailored for students with moderate-severe cognitive disabilities. The objective is to develop a comprehensive educational solution that aligns with DoDEA's College and Career Ready Standards and includes differentiated lessons, engaging activities, and transition education covering essential life skills and postsecondary planning. This initiative is crucial for enhancing educational outcomes for this specific student population and is expected to lead to a six-year contract starting in August 2026, with a solicitation anticipated in April-May 2026. Interested parties must submit their responses by December 23, 2025, to Andrew Johnston at andrew.johnston@dodea.edu or Alim Koroma at Alim.Koroma@dodea.edu.
    CCSR Summative and Interim Assessment Test Packages for ELA/Literacy and Mathematics
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for the CCSR Summative and Interim Assessment Test Packages for English Language Arts/Literacy and Mathematics. This procurement aims to fulfill the educational assessment needs of DoDEA, with a total estimated contract value of $1,892,252.25, covering a one-year base period and four additional one-year options. The selected vendor will be responsible for providing comprehensive assessment packages that align with DoDEA's educational standards. Interested parties are encouraged to submit evidence demonstrating their capability to meet these requirements, and all inquiries should be directed to Krista Chamberlain via email at krista.chamberlain@dodea.edu, with the subject line indicating the specific opportunity.
    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.
    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.
    Membership in an English Language Proficiency Comprehensive Assessment Consortium
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for membership in an English Language Proficiency Comprehensive Assessment Consortium. This contract, valued at approximately $1,990,320, will cover a one-year base period with four additional one-year options, aimed at enhancing the assessment of English language proficiency among students. The Government's decision to pursue a sole source contract is based on the unique capabilities required, and interested vendors must provide clear evidence of their ability to meet these needs. Questions regarding this opportunity should be directed to Contract Specialist Krista Chamberlain at krista.chamberlain@dodea.edu, with responses due by the specified deadlines.
    K-5 Science Instructional Resources and Lab Kits
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking proposals for K-5 Science instructional resources and lab kits to support approximately 66,000 students across 161 schools globally. The procurement aims to provide commercial-off-the-shelf (COTS) research-based instructional materials, including print and digital resources for both students and teachers, as well as comprehensive lab kits and professional learning support, all aligned with the College and Career Ready Standards for Science. This initiative is crucial for enhancing elementary science education through engaging and standards-aligned resources, ensuring compliance with technical and accessibility standards. Interested parties should note that the anticipated solicitation posting date is around December 20, 2025, with an award date expected by March 6, 2026. For further inquiries, contact Nicole Freid at nicole.freid@dodea.edu or Alim Koroma at alim.koroma@dodea.edu.
    USAFRICOM Dedicated Passenger Air Charter Service
    Dept Of Defense
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for dedicated passenger air charter services (DPACS) to support the U.S. Africa Command (USAFRICOM) and U.S. European Command (USEUCOM) operations. The contractor will be responsible for providing one primary fixed-wing aircraft based in Stuttgart, Germany, along with surge aircraft capabilities deployable within 15 days, ensuring compliance with military regulations and operational readiness. This contract is critical for facilitating air transport logistics for military missions, with a performance period from May 1, 2026, to April 30, 2031, including four option years. Interested parties should prepare their proposals in accordance with the solicitation requirements, with the RFP available on SAM.gov around November 17, 2025, and proposals due by December 22, 2025. For further inquiries, contact Brenda Marshall at brenda.l.marshall10.civ@mail.mil or Thomas M. Fee at thomas.m.fee2.civ@mail.mil.