U.S. Senate 35-Passenger Turtle Top Bus
ID: 2025-R-036Type: Special Notice
Overview

Buyer

SENATE, THETHE UNITED STATES SENATE SERGEANT AT ARMSSENATE SERGEANT AT ARMSWashington, DC, 20510, USA
Timeline
    Description

    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking quotations for the procurement of a 35-passenger Turtle Top Odyssey XL shuttle bus, as outlined in Request for Quotation (RFQ) 2025-R-036. Vendors are required to provide firm-fixed-price quotations that include shipping charges and must meet specific minimum requirements, such as immediate availability and essential safety features, including a backup camera and USB charging ports. This procurement is crucial for ensuring reliable transportation options for Senate operations. Interested vendors should submit their quotations by June 30, 2025, and can direct inquiries to Nicole Barnes at nicole_barnes@saa.senate.gov or by phone at 202-224-9321.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Senate Office of the Sergeant at Arms (SAA) has issued a Request for Quotation (RFQ) for a Turtle Top Odyssey XL shuttle bus, accommodating 35 passengers. The RFQ outlines mandatory vendor information requirements, including company name, tax ID, and DUNS number. Offerors must submit firm-fixed-price quotations, including separate shipping charges, and ensure compliance with specified minimum requirements, such as immediate availability, safety features, and comfort specifications. Offerors are asked to indicate whether the quotation is for open market pricing or under various government schedules. All price quotes are to remain valid until June 30, 2025. The document emphasizes the necessity for compliance with specific features such as a backup camera, USB charging ports, and more, reflecting the SAA's need for reliable transportation options.
    The document serves as an Addendum to Commercial Agreements for contractors dealing with the U.S. Senate's Office of the Sergeant at Arms (SAA). It establishes the terms and conditions that will be part of any resulting contract upon selection for an award. Key provisions assert that unacceptable terms conflicting with federal law or SAA regulations will be void and that specific obligations, like unauthorized fees or automatic renewals, are not permissible. The Contractor must indemnify the SAA against third-party claims, while also agreeing to confidentiality and data protection measures. Furthermore, any clauses allowing unilateral termination or modifications by the Contractor are not accepted, and disputes must be resolved through prescribed federal regulations instead of arbitration. The SAA emphasizes that funds availability dictates its payment obligations, reinforcing compliance with federal statutes. The addendum demonstrates the SAA's commitment to ensuring that contracts strictly adhere to federal law.
    This document outlines the Purchase Order clauses applicable to contracts issued and managed by the Sergeant at Arms (SAA) for the United States Senate. It defines the authority of the Contracting Officer, establishes the order of precedence for various contract documents, and emphasizes adherence to Senate security regulations. Key points include provisions for pricing adjustments, acceptance and evaluation of deliverables, payment and invoicing processes, and restrictions on advertising and gratuities to Senate employees. Specific clauses address confidentiality, data protection, cybersecurity, and the handling of Senate data, emphasizing the prohibition of unauthorized disclosures and the necessity for notification of incidents. It also details rights regarding termination of the contract, as well as requirements for compliance with federal laws relevant to procurement. The overarching purpose of the document is to ensure a clear framework for contractual obligations while protecting Senate interests and maintaining the integrity of the procurement process.
    The document titled "OEM Statement of Compliance on Limitation on Telecommunications Equipment Procurement" outlines compliance requirements for Original Equipment Manufacturers (OEMs) regarding the procurement of telecommunications equipment, as specified in Section 208 of the Legislative Branch Appropriations Act, 2020. This regulation prohibits the acquisition of specific telecommunications equipment and certain high-impact or moderate-impact information systems, aligning with security categorization defined by the National Institute of Standards and Technology (NIST). The document requires the certifying officer to affirm compliance, including their name, title, signature, and date of certification. This statement is essential for government RFPs and grants, ensuring that entities involved adhere to federal security policies and avoid using restricted telecommunications equipment, thus enhancing national security and integrity in procurement processes.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    U.S. Senate Fleet & Transportation Management Solution & KeyTrack Solution
    Buyer not available
    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking quotations for a Fleet & Transportation Management Solution and a KeyTrack Solution as outlined in Request for Quotation (RFQ) 2025-R-038. The procurement aims to modernize the Senate's transportation and key management systems, requiring features such as role-based access, automated reporting, cloud-based storage, and secure key transaction management. Interested vendors must submit their quotations in U.S. dollars by the deadline of June 30, 2025, ensuring compliance with federal procurement standards, including the Section 208 compliance regarding telecommunications equipment. For inquiries, contact Nicole Barnes at nicolebarnes@saa.senate.gov or call 202-224-9321.
    U.S. Senate Box Truck Leases
    Buyer not available
    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking quotations for the lease of box trucks as outlined in Request for Quotation (RFQ) 2025-R-037. The procurement aims to secure two box trucks each year for a five-year period, from May 1, 2025, to April 30, 2030, with specific requirements including a maximum weight capacity under 26,000 lbs, climate control, and safety features such as back-up cameras. This initiative is crucial for supporting the operational needs of the Senate, ensuring efficient transportation capabilities. Interested offerors must submit their quotes, including a completed pricing table and compliance documentation, by the deadline of March 28, 2025, and can contact Nicole Barnes at nicolebarnes@saa.senate.gov for further inquiries.
    Emergency Supply Kits
    Buyer not available
    The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking qualified vendors to provide Emergency Supply Kits under a Request for Quotation (RFQ) for the period from May 2025 to April 2026, with options to extend for four additional years. Vendors are required to submit firm-fixed-price quotations that detail unit prices for various emergency supplies, including gloves, masks, batteries, multitools, and sanitation items, ensuring compliance with SAA submission requirements. These kits are crucial for maintaining preparedness and safety within the Senate, reflecting the importance of having reliable emergency supplies readily available. Interested vendors must submit their pricing tables and other required documentation by March 28, 2025, and can direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov or by phone at 202-224-9321.
    Request for Information - Motorcoach Bus
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Secret Service (USSS), has issued a Request for Information (RFI) for the acquisition of a motorcoach bus. The USSS seeks industry input on vehicles that comply with Federal Motor Vehicle Safety Standards (FMVSS), with specific requirements including weight capacities, fuel type, and a preference for a black exterior. This RFI is part of the USSS's market research to inform their acquisition strategy, and responses are due by March 31, 2025, with a maximum length of five pages detailing technical capabilities and project estimates. Interested vendors should direct inquiries to Melissa Chabot at melissa.chabot@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov.
    ADA Passenger Bus Requirement
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for ADA-compliant passenger buses intended for the Walter Reed National Military Medical Center. The procurement requires the provision of 55-passenger and 75-passenger buses, which must be owned and maintained by the contractor, ensuring compliance with ADA guidelines for transporting Wounded, Ill, and Injured patients and their families. This initiative is crucial for providing accessible transportation services, emphasizing safety, cleanliness, and timely service delivery. Interested vendors must submit their quotes by April 1, 2025, with evaluations based on price, technical acceptability, and past performance, including required documentation such as Past Performance Questionnaires. For further inquiries, potential offerors can contact Contract Specialist Matthew S. Tsueda at 907-201-0308 or via email at Matthew.S.Tsueda.Ctr@Health.Mil.
    US Secret Service Tahoes and Box Trucks
    Buyer not available
    The General Services Administration (GSA) is seeking quotations for the procurement of fourteen Chevrolet Tahoe Police Patrol Vehicles (PPVs) and two Chevrolet 5500 14’ Box Trucks on behalf of the U.S. Secret Service. This request for quote (RFQ) emphasizes the need for new, already manufactured vehicles that are ready for immediate delivery, as part of an urgent acquisition process to enhance operational capabilities for national security purposes. The vehicles will be utilized for critical functions, including transporting essential screening equipment and supporting law enforcement operations. Interested vendors must submit their quotations by March 28, 2025, at 12 PM EST, and ensure they are registered in the System for Award Management (SAM). For further inquiries, vendors can contact John E. (Ed) Hodges at john.hodges@gsa.gov or by phone at 703-603-8586.
    Ellsworth AFB_NAFI_School Bus
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking quotes for the procurement of a school bus for the Non-Appropriated Fund Instrumentality (NAFI) at Ellsworth Air Force Base in South Dakota. The bus must accommodate 77 passengers and include specific features such as hydraulic brakes, heating systems, fire-retardant seat materials, and a 100-gallon fuel tank, among others, to ensure safety and functionality for youth programs. This procurement is significant as it utilizes non-appropriated funds generated by the military community, emphasizing the importance of providing safe transportation without involving federal tax dollars. Interested vendors must submit their quotes by 16:00 MDT on March 24, 2025, and direct any questions to the primary contact, Harold Moore, at harold.moore.5@us.af.mil, by March 14, 2025.
    Request for Quotation for “the Supply of 2025 Toyota Fortuner (Brand name or equal) for U.S. Embassy Phnom Penh
    Buyer not available
    The U.S. Embassy in Phnom Penh, under the Department of State, is seeking quotations for the supply of a new 2025 Toyota Fortuner or an equivalent vehicle. Vendors are required to submit their proposals by 4 PM on March 21, 2025, ensuring compliance with federal anti-discrimination laws and including technical specifications, delivery timelines, and warranty details. This procurement is crucial for enhancing the Embassy's transportation capabilities while adhering to federal standards, with the evaluation based on the lowest price technically acceptable method. Interested vendors must be registered in the System for Award Management (SAM) and can contact Sehee Chung at ChungS@state.gov or Navy Leng at LengN@state.gov for further inquiries.
    CoC Shuttle Bus Service
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division, is soliciting quotes for the provision of shuttle bus services for a Change of Command Ceremony at the Dr. Phillips Center for the Performing Arts in Orlando, Florida, scheduled for May 15, 2025. Contractors are required to supply three air-conditioned buses, each with a minimum capacity of 56 passengers and wheelchair accessibility, ensuring timely transport of Department of Defense personnel between Naval Support Activity Orlando and the ceremony venue, while adhering to strict security protocols and performance metrics. This procurement is a total small business set-aside with an estimated contract value of $15 million, and interested parties should direct inquiries to Madeline R. Jackson at madeline.r.jackson.civ@us.navy.mil or Elysa Winters at elysa.m.winters.civ@us.navy.mil, with quotes due by the specified deadline.
    USSOCOM Pickups and SUVs
    Buyer not available
    The General Services Administration (GSA) is seeking quotations for the procurement of specialized vehicles, specifically pickups and SUVs, for the United States Special Operations Command (USSOCOM). The procurement includes three vehicle types: the Toyota Tacoma TRD Pro, the Toyota Sequoia TRD Pro, and the Ford Super-Duty F450 XLT, with specific requirements for each vehicle's specifications, delivery schedules, and pricing structures. This initiative is crucial for ensuring that federal agencies have access to reliable and compliant vehicles that meet operational needs. Interested vendors must submit their quotations by March 17, 2025, and can contact John E. (Ed) Hodges at john.hodges@gsa.gov or 703-603-8586 for further details.