USAFSAM/DIMO Transportation Services
ID: COMBO-AFRL-PZLEQ-2025-0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AIR FORCE MATERIEL COMMAND AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

All Other Transit and Ground Passenger Transportation (485999)

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 U.S. Air Force School of Aerospace Medicine, is seeking proposals for transportation services through a five-year Blanket Purchase Agreement (BPA) for the Defense Institute for Medical Operations (DIMO) in San Antonio, Texas. The contractor will be responsible for providing transportation for International Military Students, course instructors, and DIMO staff, including airport pickups and local trips associated with training courses. This procurement is crucial for ensuring safe and efficient transportation logistics for international attendees, many of whom may face language barriers or lack driving capabilities in the U.S. Interested vendors must submit their quotations electronically to Chris Stokes at chris.stokes.1@us.af.mil by October 31, 2024, with a total award amount of $19 million anticipated for the contract.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement outlines the transportation service requirements for the Defense Institute for Medical Operations (DIMO) at the United States Air Force School of Aerospace Medicine. The contractor will be responsible for transporting International Military Students (IMS), course instructors, and DIMO staff between San Antonio International Airport and the course venue, as well as facilitating local trips associated with resident courses. The service is essential for accommodating international attendees, many of whom may not speak English or have the ability to drive in the U.S. DIMO conducts five courses annually, with varying student capacities per course. Transportation services include airport pickups and daily transfers for course-related activities within metropolitan San Antonio. The contract period spans 60 months, emphasizing the need for flexibility in scheduling to adapt to flight changes and course specifics. Overall, this document serves as a formal request for proposals to secure a transportation contractor that can meet DIMO's operational needs effectively.
    The USAFSAM/IE DIMO has released a price list for student transportation services for fiscal year 2025, applicable over a duration of 60 months. The transportation services include round-trip airport pickups and tours from hotels in the River Walk area of San Antonio, with a baseline duration of at least 4 hours. The service is designed for various group sizes, accommodating up to 29 and 49 passengers, with an hourly rate structure yet unspecified in the document. Notably, all vehicles provided must have air conditioning and luggage storage capabilities. The service dates projected for 2024 and 2025 span specific periods in December, April, July, and October, including potential pickups on weekends. This document fulfills crucial operational requirements for federal and local outreach programs involving transportation logistics, ensuring student safety and comfort during travel within San Antonio.
    The Women-Owned Small Business (WOSB) solicitation document is a formal request for bids to provide transportation services for the U.S. Air Force School of Aerospace International Education’s Defense Institute for Medical Operations (DIMO). The contract, FA239625QB001, has an effective date of October 10, 2024, and a total award amount of USD 19,000,000. The required services include transportation for International Military Students between San Antonio International Airport and the course venue, as well as transportation for related trips throughout San Antonio. The document outlines important contractual guidelines, including required documentation, payment processes through the Wide Area Workflow (WAWF), security requirements within Air Force facilities, and incorporation of multiple federal acquisition regulations (FAR). Additionally, it emphasizes compliance with clauses related to small businesses, including set-asides for women-owned and veteran-owned businesses. This solicitation serves as a framework for securing necessary transportation services, ensuring adherence to federal regulations, and supporting the empowerment of women-owned businesses within federal contracting processes. Overall, it emphasizes the importance of safety, compliance, and supporting underserved businesses in government procurement.
    This government document outlines the wage determination under the Service Contract Act (SCA) for federal contracts and grants, specifically Wage Determination No. 2015-5253 for Texas counties. It establishes minimum wage requirements for various occupations effective July 22, 2024, and cites applicable Executive Orders that mandate minimum wage standards. Contracts initiated or extended after January 30, 2022, require payments of at least $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, necessitate a minimum of $12.90 per hour. The document details specific wage rates for a range of occupations in administrative, automotive, healthcare, and technical fields, along with benefits like health and welfare, sick leave, vacation, and holiday entitlements. It emphasizes compliance requirements through the conformance process for unlisted job classifications and the provision of written notices to affected employees. Overall, the document serves to inform contractors and workers of their obligations regarding wage and benefit standards when engaging in federally funded projects and illustrates the government's commitment to fair labor practices within federal contracting processes. This is particularly relevant to RFPs and grants where compliance and wage standards are required elements of contract bidding and management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    10 Miler Buses
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the provision of ten 56-passenger buses to support transportation logistics for the 2024 Space Force T-Minus 10-Miler event at Cape Canaveral Space Force Station. The buses will be utilized for pre-race and post-race operations, transporting participants from designated parking areas to the race start line and back, with services commencing early in the morning on December 14, 2024. This procurement is critical for ensuring efficient transportation during a significant military and civilian engagement, reflecting the government's commitment to organized event logistics. Proposals are due by October 21, 2024, at 11:00 A.M. EST, and interested parties should direct inquiries to Cynthia Whittaker or Abigail Muenchow via their provided email addresses, noting that funding is currently unavailable and contract awards will be contingent upon securing funds.
    Defense Table of Official Distance (DTOD)
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking technical support services for the Defense Table of Official Distance (DTOD) system, with a focus on cloud-based management and the use of PCMiler software. The objective is to ensure continuous operations of the DTOD system, which includes maintenance, project management, and compliance with cybersecurity regulations, all while adhering to operational security measures. This opportunity is particularly aimed at gathering insights from potential contractors, especially 8(a) companies, to inform a forthcoming contract expected to be awarded by mid-August 2025. Interested parties should submit their capabilities and past experiences to Kari Welker at kari.l.welker.civ@mail.mil or Matthew J. Hellmann at matthew.j.hellmann.civ@mail.mil by the specified response deadline.
    Moving and relocation services for the Portable Reduced Oxygen Training Equipment (PROTE)
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking qualified contractors to provide commercial moving and relocation services for its Portable Reduced Oxygen Training Equipment (PROTE), which is essential for simulating hypoxia conditions for pilot training. The contractor will be responsible for all aspects of the moving process, including the provision of trained personnel, equipment, and vehicles that meet specific safety and handling criteria, as outlined in the attached Statement of Work (SOW). This equipment is crucial for delivering hypoxia training to pilots across the Continental United States, emphasizing the FAA's commitment to safety and regulatory compliance in its logistical operations. Interested parties must submit their responses by 3:00 P.M. Central Time on November 5, 2024, to Kimberly Sites at kimberly.sites@faa.gov, and are encouraged to review the SOW for detailed requirements.
    Special Operations Aviation (SOA) Training, Readiness, Management Support (TRMS)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Special Operations Aviation (SOA) Training, Readiness, Management Support (TRMS) contract. This procurement aims to provide comprehensive training and maintenance services to enhance the operational readiness of special operations aviation units, ensuring they are well-prepared for their missions. The contract is set aside for small businesses and includes a base period of 12 months with four optional years, emphasizing the importance of quality training and logistical support in aviation operations. Interested parties should direct inquiries to Maegan Castro or Justin Burke via email, and proposals must be submitted by October 21, 2024, following the guidelines outlined in the Request for Proposal (RFP) documents.
    MHU-191A/M Munitions Transporter
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of 45 units of the MHU-191A/M Munitions Transporter, with a firm fixed-price contract anticipated. Offerors must comply with stringent military standards, including a quality assurance system compliant with ISO 9001, and demonstrate their ability to meet technical specifications, including NIST cybersecurity requirements. This equipment is critical for munitions transport within military operations, ensuring safety and efficiency in logistics. Proposals are due by October 23, 2024, at 5:00 P.M. EDT, and interested parties should direct inquiries to Trevor Greig at trevor.m.greig.civ@us.navy.mil or Robert Megill at robert.a.megill2.civ@us.navy.mil.
    GPO Armored Transport of Secure Documents
    Active
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is soliciting proposals under RFP No. 040ADV-24-R-0061 for secure armored transport services for its Security and Intelligent Documents Division. The procurement aims to ensure the secure transportation of sensitive documents, including U.S. Passports, to various federal agencies, emphasizing compliance with federal security regulations and the use of armored vehicles. This initiative is critical for maintaining document security within the federal framework, with a Firm-Fixed Price contract anticipated. Key deadlines include a Q&A closure by October 10, 2024, and proposals due by October 31, 2024. Interested offerors should direct inquiries to Nataliya Holl at nholl@gpo.gov or Lainey Ash at lash@gpo.gov.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360 aircraft. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's aviation capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Interested contractors must submit their proposals electronically by October 9, 2024, to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov, and all inquiries must be submitted in writing by September 23, 2024.
    V225--National Air-Ambulance (702) (VA-24-00010685)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for five Indefinite Delivery Indefinite Quantity (IDIQ) contracts to provide scheduled air ambulance broker services for eligible VA beneficiaries. The procurement aims to ensure 24/7 air ambulance transport services across the contiguous United States, Hawaii, and U.S. territories, primarily for patients requiring Advanced Life Support, with a focus on maintaining high standards of emergency medical transport and care responsiveness. The contract is set to commence on February 1, 2024, and will extend through multiple option periods until January 31, 2029, with a minimum guaranteed contract amount of $17,500 annually. Interested contractors can contact Contract Specialist Krystal Weeks at krystal.weeks@va.com or by phone at 509-321-1914 for further details.
    FMS A-29 International Pilot and Maintenance Training
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force's Air Education and Training Command (AETC), is conducting a Sources Sought Request for Information (RFI) to identify capable vendors for providing training services related to the A-29 Super Tucano in support of Foreign Military Sales (FMS). The procurement aims to secure non-personal training services, including the development and delivery of courseware for aircrew and maintenance personnel, as well as logistical support for U.S. allies and partner nations. This initiative is crucial for enhancing the operational capabilities of partner nations through effective training on the A-29 aircraft systems. Interested vendors must submit a capability statement detailing their qualifications and experience by November 22, 2024, with performance expected to commence around September 2025. For further inquiries, vendors can contact Matthew DeLeon at matthew.deleon.3@us.af.mil.
    Motor Vehicles Operator Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the United States Marine Corps (USMC), is seeking proposals for Motor Vehicle Operator Support services for the Southwest Region Fleet Transportation (SWRFT) Department, based at Marine Corps Base Camp Pendleton, California. The procurement aims to secure qualified motor vehicle operators to facilitate the transportation of personnel and property across military and civilian installations in California, Arizona, and Nevada, emphasizing compliance with federal and state regulations. This contract will be structured as a Single Awardee Indefinite Delivery Indefinite Quantity (IDIQ) with a five-year ordering period, beginning on January 16, 2025, and will adhere to the Service Contract Act wage determinations, requiring a minimum wage of $17.20 per hour for contracts initiated after January 30, 2022. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by the extended deadline of October 23, 2024. For further inquiries, contact Jody Koch at jody.koch@usmc.mil or Paul Wiggins at paul.wiggins@usmc.mil.