San Clemente Air Transportation Shuttle Services
ID: HTC71125RC005Type: Solicitation
Overview

Buyer

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

NAICS

Scheduled Passenger Air Transportation (481111)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: AIR PASSENGER (V211)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for San Clemente Air Transportation Shuttle Services, specifically aimed at providing dedicated fixed-wing airlift services between Naval Air Station North Island (NASNI) and San Clemente Island (SCI). The contract requires the contractor to supply all necessary personnel, equipment, and services to transport an estimated 470 military and civilian passengers weekly, utilizing multi-engine, turbine-powered aircraft that meet advanced navigation and operational standards. This procurement is critical for maintaining efficient air transportation services within military operations, ensuring compliance with federal regulations and safety standards. Interested small businesses, particularly those that are service-disabled veteran-owned or economically disadvantaged, must submit their proposals electronically by the specified deadlines, with the contract expected to commence on October 1, 2025. For further inquiries, potential offerors can contact TSgt Ryan LaFever at ryan.c.lafever.mil@mail.mil or MSgt Shawn Creedon at shawn.m.creedon.mil@mail.mil.

    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for providing passenger air transportation shuttle services primarily between Naval Air Station North Island (NASNI) and San Clemente Island (SCI). The contractor is required to supply all necessary personnel, equipment, and services for transporting military and civilian passengers, with an estimated schedule of 470 passengers weekly. The contractor must use multi-engine, turbine-powered aircraft, equipped for advanced navigation, and ensure pilots are proficiently trained. The PWS stipulates a detailed flight schedule, emphasizing timely communication with the Government in case of delays or schedule changes. It also outlines government-provided support, including facilities and equipment, and mandates compliance with military regulations and cybersecurity protocols. Key service delivery metrics include 90% timely flight scheduling and prompt notification of delays. The document stresses operational security, outlining measures to protect sensitive information, and specifies that all cyber incidents must be reported promptly. Overall, the PWS serves as a comprehensive framework to ensure efficient air transportation services while maintaining high standards of compliance and security for military operations.
    The document outlines the requirements for aircraft passenger air transportation shuttle services for Naval Air Station North Island (NASNI) and San Clemente Island (SCI). It specifies that only the aircraft listed in the Attachment 2 - Aircraft Identification Sheet are authorized for use under the contract. The contractor must ensure control over these aircraft, which may include adding or replacing aircraft with prior approval from the Contracting Officer and after ensuring technical acceptability by the Department of Defense (DoD) authorities. The specified details include crucial parameters such as aircraft make, model, tail number, passenger capacity, range, and technical capabilities like communication and navigation capabilities. The identification of qualifying aircraft plays a critical role in fulfilling the performance requirements stated in the Performance Work Statement (PWS), allowing considerations for proposing additional aircraft when needed. This document is part of a formal Request for Proposal (RFP) process aimed at securing compliant and capable transportation services within military standards. It emphasizes the need for accountability and adherence to regulatory standards throughout the contracting period.
    The document outlines a pricing proposal for a federal Request for Proposals (RFP) regarding Passenger Air Transportation Shuttle Services at Naval Air Station North Island and San Clemente Island for fiscal years 2026 to 2030. It details the pricing structure for various services such as Monthly Basing Rate, Fixed-Wing Operations per Mile, and costs associated with repositioning and mobilization. Offerors are instructed to enter unit prices only in designated fields and adhere to specific guidelines, including the government’s set limits for fuel reimbursements. The pricing template is divided into base year and multiple option years, with a projected workload of 318,432 miles. Costs for operational services, equipment, and demobilization are specified, with clear restrictions on altering specified values. The proposal aims to ensure transparent and compliant pricing for the government’s transportation needs.
    The document outlines the Past Performance Questionnaire intended for offerors responding to USTRANSCOM solicitation number HTC71125RC005. It consists of four sections: Contract Identification, Respondent Information, Performance Information, and Narrative Questions. The first section requires the offeror to provide contract details such as the contractor's name, contract type, period of performance, and value. The second section is focused on responses from the respondents, who evaluate the contractor's performance based on their experience with the referenced contract. This evaluation uses predefined performance ratings ranging from Exceptional to Unsatisfactory. The third section inquires about specific performance aspects related to service quality and overall contract management. Lastly, the narrative questions address issues on contract terminations and any reservations regarding future work with the contractor. This questionnaire serves as a critical tool in assessing contractor reliability and performance for future government contracts, ensuring that only qualified contractors are awarded important projects.
    The document pertains to the Request for Proposals (RFP) for Passenger Air Transportation Shuttle Services at Naval Air Station North Island (NASNI) and San Clemente Island (SCI). It specifically includes an Offeror Information Sheet that requires potential bidders to provide essential company details. Offerors must fill in the company name and the information of individuals authorized to negotiate and sign on behalf of the company, including contact details and signatures. The aim of this document is to establish accountability and ensure valid representation of companies applying for the contract. By detailing required information, it facilitates the selection process for the government in awarding contracts related to transportation services. This document is part of the broader federal procurement process, emphasizing transparency and adherence to federal regulations as outlined in FAR 2.101 and 3.104.
    This document outlines the Basic Eligibility requirements for the Passenger Air Transportation Shuttle Services solicitation (HTC71125RC005) at Naval Air Station North Island (NASNI) and San Clemente Island (SCI). It requests that offerors submit specific information and supporting documentation with their proposals. The key inquiries focus on whether the offeror plans to operate the aircraft directly, if they are listed on the Department of Defense's Air Carrier Listing managed by the Air Mobility Command, and whether they are classified as a U.S. Flag or Foreign Flag Carrier. The responses to these questions will determine the eligibility of the offeror to fulfill the contract requirements. This information is critical to ensure compliance with federal regulations and standards in air transportation services for military operations.
    The document presents a framework for federal and state/local Requests for Proposals (RFPs) and grants. It outlines the essential processes, considerations, and compliance requirements for agencies seeking funding and partnerships. The focus is on ensuring that all proposals meet federal standards for transparency, accountability, and efficiency in managing taxpayer resources. Key topics include funding eligibility criteria, project evaluation methods, and the requisite documentation for grant applications. Additionally, the text discusses the importance of stakeholder engagement throughout the proposal process, emphasizing collaborative approaches to project planning and implementation. Guidelines are provided for addressing potential environmental and social impacts, ensuring that funded projects contribute positively to their communities. Overall, the document serves as a comprehensive guide for entities looking to navigate the complexities of federal and state funding opportunities effectively.
    This document is an amendment to a federal solicitation, intended to clarify and update specific provisions related to the submission of proposals for an unspecified contract. Key changes include: (1) specifying that electronic copies of proposals must be submitted via email, with hard copies not accepted; (2) extending the deadline for the Past Performance Questionnaire submission from February 11, 2025, to March 5, 2025; and (3) reaffirming that all other terms of the solicitation remain unchanged. The amendment provides detailed instructions for offerors on the format and volume of their proposals, including requirements for a Business Proposal, Technical Proposal, Past Performance Proposal, and Price Proposal. It emphasizes the need for clarity, compliance with document structure, and adherence to page limitations. Offerors must also ensure their registration in the System for Award Management (SAM) and must submit various certifications regarding their capabilities and compliance with applicable regulations. Overall, this amendment serves to streamline the proposal submission process and ensure that all bidders understand the requirements and resources available to them as they prepare their submissions in response to the solicitation.
    The document outlines a Request for Proposal (RFP) under solicitation number HTC71125RC005, issued on February 7, 2025, by the United States Government. The primary purpose of the RFP is to procure dedicated fixed-wing airlift services for a 12-month period, with the option for extensions. It specifies various services including monthly basing rates, per mile flying rates, and reimbursement for fuel costs, all as per the Performance Work Statement (PWS). The contract is set to commence on October 1, 2025, with delivery and inspection at specified government addresses. The overall participation includes considerations for small businesses, particularly those that are service-disabled veteran-owned or economically disadvantaged. The document incorporates multiple clauses related to compliance with federal contracting prerequisites, emphasizing safety and operational standards for air transport. Key highlights include outlined payment terms, performance metrics, and strict compliance to federal regulations regarding air safety, contractor responsibilities, and operational integrity under the DOD guidelines. The structured schedule of supplies and services illustrates clear expectations and obligations from both the contractor and the government. The adherence to contract terms, including equal opportunity provisions and contractor conduct standards, reflects the government's commitment to transparency and fairness in procurement processes.
    Lifecycle
    Similar Opportunities
    S&RTS Ports of Southern California (SOCAL)
    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) at military ports in Southern California, specifically at Naval Base Ventura County, Port Hueneme, San Diego, and Naval Air Station North Island. The contract, identified as HTC71125RR003, will span from May 1, 2025, to April 30, 2030, and aims to ensure efficient handling of military cargo, including containers, vehicles, and aircraft, while adhering to stringent safety and security standards. This procurement is critical for maintaining operational logistics support for military operations, emphasizing compliance with federal regulations and the importance of engaging small businesses, particularly service-disabled veteran-owned and women-owned enterprises. Interested contractors should contact Anthony J. Laudano at anthony.j.laudano.civ@mail.mil or 618-817-9380 for further details, with proposals due by the specified deadline.
    V129--SHUTTLE SERVICES OFFSITE - Base w/WD
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide shuttle services for the Veterans Administration San Diego Healthcare System. The procurement requires the contractor to supply a minimum of eight 30-passenger buses and two ADA-compliant vans, operating Monday through Friday from 4:30 AM to 9:00 PM, with shuttle pickups every 15 minutes. This service is crucial for facilitating patient transportation between offsite parking and the healthcare facility, ensuring accessibility and compliance with federal regulations. Interested vendors must submit their proposals by February 24, 2025, and direct any inquiries to Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.
    Military Sealift Command VERTREP Pacific Detachment B
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking vendors to provide Vertical Replenishment Services (VERTREP) for its Pacific Detachment Bravo (B), primarily based in Guam. The procurement requires a contractor to supply two helicopters, along with qualified personnel and necessary equipment, to support year-round logistical operations for U.S. Navy and partner nation ships globally. This initiative is crucial for maintaining operational readiness and logistical support in various maritime environments, particularly under heightened security conditions. Interested vendors must submit capability statements by March 12, 2025, to Jim Ellis at james.p.ellis54.civ@us.navy.mil, with the NAICS code for this opportunity being 481212 and a size standard of 1,500 employees.
    Transportation Service FLETC Artesia, NM
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC) in Artesia, New Mexico, is seeking proposals for transportation services, specifically targeting small businesses under a Total Small Business Set-Aside. The procurement aims to secure comprehensive transportation solutions, including project management, dispatch, vehicle cleaning, and shuttle services for a fluctuating daily student population from July 1, 2025, to June 30, 2026, with options for extensions up to June 30, 2030. This initiative is crucial for supporting the operational needs of law enforcement training programs, ensuring efficient and reliable transportation for personnel and students. Interested contractors must submit their proposals by March 20, 2025, and can direct inquiries to Nicholas Antal at nicholas.j.antal@fletc.dhs.gov or call 575-746-8332 for further details.
    Military Sealift Command VERTREP Pacific Detachment A
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is conducting a market survey to identify vendors capable of providing Vertical Replenishment Services (VERTREP) for the Pacific Detachment Alpha. The procurement requires the contractor to supply a two-helicopter detachment, along with a qualified team of pilots and maintenance personnel, ensuring compliance with military regulations and operational readiness throughout the year. This service is critical for logistical support to U.S. Navy vessels and partner nations, enhancing maritime operational capabilities. Interested parties must submit their responses, including organizational details and aircraft specifications, by 5:00 PM on March 12, 2025, to Mr. Jim Ellis at james.p.ellis54.civ@us.navy.mil.
    Hurricane Evacuation Charter Buses
    Buyer not available
    The Department of Defense, specifically the Marine Corps Recruit Depot in Parris Island, South Carolina, is soliciting proposals for a contract to provide Hurricane Evacuation Charter Buses. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ), aims to ensure the timely transportation of recruits during hurricane emergencies, requiring the mobilization of up to 180 buses within a 24-hour notice period. The services are crucial for maintaining safety and operational readiness during hurricane seasons, emphasizing the importance of effective evacuation protocols. Interested small businesses must submit their proposals by March 5, 2025, with inquiries accepted until February 24, 2025; for further information, contact Andrea Learn at andrea.n.learn.civ@usmc.mil or by phone at 843-228-3813.
    MSC PROFORMAS DECEMBER 2024 (12-24)
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is soliciting proposals for various maritime services, including tugboat, dry cargo, tanker, and passenger charters, effective December 2024. The procurement aims to secure reliable and compliant transportation and logistical support for military operations, emphasizing adherence to federal regulations, safety protocols, and operational readiness. These services are critical for maintaining the efficiency of defense logistics and ensuring the timely movement of military cargo and personnel. Interested contractors can contact Robbin A. Jefferson at robbin.a.jefferson.civ@us.navy.mil for further details and must adhere to the submission guidelines outlined in the associated RFP documents.
    Vessel Architecture
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is seeking industry insights through a Request for Information (RFI) for a contract focused on vessel architecture, aimed at enhancing the Integrated Computerized Deployment System (ICODES) critical for Department of Defense (DoD) transportation planning. The initiative requires expertise from a Marine Engineering Organization (MEO) to maintain the ICODES vessel library, which is essential for effective load planning during military operations. The contract is set to commence from June 1, 2025, to September 30, 2025, with multiple option periods, and interested firms are encouraged to submit a White Paper detailing their capabilities by March 6, 2025. For further inquiries, Michelle Chon-Knox can be contacted at michelle.g.chon-knox.civ@mail.mil or by phone at 618-817-0994.
    TRAILER, ENGINE TRANSPORTATION
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of engine transportation trailers to support H-60 aircraft maintenance for international military partners, specifically the Spanish Armada, Norwegian Defense, and Greece Hellenic Navy. The contract requires the manufacturing, assembly, and delivery of five trailers, with two designated for Spain, two for Norway, and one for Greece, all adhering to strict military standards and quality assurance requirements. This procurement is critical for enhancing logistical support capabilities for allied forces and is set aside for small businesses, emphasizing a competitive selection process based on the lowest price technically acceptable proposals. Interested vendors should contact Trevor Greig at trevor.m.greig.civ@us.navy.mil for further details, with proposals due within a specified timeframe and a delivery timeline of 30 weeks post-order receipt.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Buyer not available
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.