ATLANTIC UNDERSEA TEST AND EVALUATION CENTER (AUTEC) PALM BEACH FL (KPBI)—ANDROS TOWN BAHAMAS (MYAF)
ID: HTC71125RC004Type: Solicitation
Overview

Buyer

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

NAICS

Nonscheduled Chartered Passenger Air Transportation (481211)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER AIR CHARTER (V221)

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 fixed-wing transportation services between Palm Beach International Airport (KPBI) in Florida and Andros Town/Fresh Creek International Airport (MYAF) in the Bahamas, in support of the Atlantic Undersea Testing and Evaluation Center (AUTEC). The contractor will be responsible for providing all necessary personnel, equipment, and aircraft to transport between 15 to 19 passengers, ensuring compliance with FAA regulations and maintaining a 95% operational readiness rate with at least two round-trip flights daily. This contract is crucial for facilitating military and government commuter transportation, emphasizing safety and quality in air travel services. Interested small businesses must submit their proposals by April 23, 2025, and can direct inquiries to Barbara L. Wolf at barbara.l.wolf11.civ@mail.mil or Nicole Blanson at nicole.i.blanson.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines responses to questions regarding a federal Request for Proposal (RFP) concerning aircraft operations for the AUTEC program. Key topics include cost responsibilities, operational requirements, and aircraft specifications. The government states that repositioning fees for diversions won't be covered, and flight hours will be billed under specific Contract Line Item Numbers (CLINs). Advanced notice for operations is defined as 24 hours, and no maximum number of flights is specified. Notably, the aircraft must be pressurized, and while there is no preference for specific aircraft models, they must meet defined performance criteria. Further clarifications include the handling of Not Mission Capable (NMC) days, operational hour rates, and the process for fuel reimbursement. The document also emphasizes the expectation for contractors to demonstrate compliance with security regulations, particularly regarding the handling of covered defense information. Overall, the responses provide detailed guidance to bidders for aligning their proposals with the government's operational and regulatory requirements.
    The document is an amendment to a federal Request for Proposal (RFP) outlining significant adjustments, primarily extending the submission deadline to April 23, 2025, and revising the Performance Work Statement in response to vendor inquiries. Key changes include updated paragraphs in the statement and additional language concerning technical capability evaluations. The amendment clarifies the evaluation criteria focusing on business proposals, technical capability (with specific subfactors), past performance, and pricing considerations. Each of these evaluation factors will determine the best value offer, with a strong emphasis on technical capability and past performance over cost. Proposals rated as unacceptable in any category will be disqualified from consideration. The document also stipulates necessary qualifications for bidders, including the requirement for registration in the System for Award Management (SAM) and various compliance certifications, emphasizing the importance of past performance evaluation in determining contractor viability. Overall, this amendment reaffirms the government's commitment to ensuring a thorough evaluation process in awarding contracts while maintaining adherence to federal procurement regulations.
    The document is an amendment to a solicitation or contract, primarily aimed at incorporating responses from the third round of questions and answers related to the procurement process. It emphasizes that all other terms and conditions of the original solicitation remain unchanged and in full effect. The amendment outlines the procedure for offerors to acknowledge receipt of the modification, which is critical for ensuring compliance and preventing rejection of offers submitted after the amendment. The contract ID and necessary details, such as the issuing and administering agency contact information, are provided for administrative clarity. Overall, this amendment serves to clarify the procurement process while maintaining consistency in contractual obligations, thus reinforcing the integrity of the government's competitive bidding framework.
    The document addresses questions related to a federal Request for Proposals (RFP) concerning air transportation services for the Department of Defense (DoD). It clarifies eligibility requirements for offerors, specifying that only certified U.S. or Foreign Flagged air carriers, approved by the DoD's Commercial Aircraft Review Board (CARB), are eligible to submit proposals. Brokers or non-FAA-certified companies can propose, but the award must go to a certified carrier possessing CARB approval. Furthermore, the government explicitly limits contract awards to air carriers that comply with FAR Part 135 regulations, excluding non-FAA Part 135 companies. This ineligibility aligns with TRANSCOM's past restrictions on allowing third-party bidders to broker air services, reinforcing the emphasis on ensuring safety and quality in transportation services required by the DoD. Overall, the document reiterates the importance of strict compliance with federal regulations and assures that contracts are awarded to qualified carriers only.
    The document represents a Request for Proposal (RFP) for a federal contract, specifically for dedicated fixed-wing airlift services to be fulfilled by a contractor. The contract spans several years, from October 2025 to September 2030, with renewal options available for each subsequent year. Key details include a fixed monthly basing operations fee, flight hours for the light fixed-wing aircraft, and reimbursable costs for fuel and other expenses, following the Performance Work Statement (PWS). Proposals must adhere to various Federal Acquisition Regulation (FAR) clauses that ensure compliance with government policies, including stipulations for small business participation, safety, and payment procedures. The effective management and delivery of the contracted services at specified destinations are critical components, necessitating regular inspections and acceptance terms outlined in the document. By stipulating the need for a detailed contracting process and regulatory compliance, the RFP emphasizes accountability and quality in federal acquisitions, particularly in supporting small businesses and enhancing governmental transport logistics.
    The document outlines a Request for Proposal (RFP) for fixed wing transportation services between Palm Beach International Airport, FL, and Andros Town Fresh Creek International Airport, Bahamas, to support the Atlantic Undersea Testing and Evaluation Center. The contractor must provide all necessary personnel, equipment, and aircraft capable of transporting between 15 to 19 passengers with climate-controlled cabins in compliance with FAA regulations. Services include at least two round-trip flights daily with potential for additional missions and an operational readiness rate of 95%. The contractor is responsible for routine personnel management, safety measures, and must maintain detailed reporting, including mission logs and cyber incident reporting as per government standards. The contractor must also adhere to rigorous quality control, insurance, and operational security protocols. The RFP emphasizes the importance of timely and accurate billing for services rendered, requiring submission through the government’s electronic systems, while also outlining restrictions and conditions for reimbursements. Compliance with Operational Security and Cybersecurity measures is critical throughout the contract period.
    The document outlines a Request for Proposal (RFP) for fixed wing transportation services between Palm Beach International Airport, FL, and Andros Town Fresh Creek International Airport, Bahamas, to support the Atlantic Undersea Testing and Evaluation Center. The contractor must provide all necessary personnel, equipment, and aircraft capable of transporting between 15 to 19 passengers with climate-controlled cabins in compliance with FAA regulations. Services include at least two round-trip flights daily with potential for additional missions and an operational readiness rate of 95%. The contractor is responsible for routine personnel management, safety measures, and must maintain detailed reporting, including mission logs and cyber incident reporting as per government standards. The contractor must also adhere to rigorous quality control, insurance, and operational security protocols. The RFP emphasizes the importance of timely and accurate billing for services rendered, requiring submission through the government’s electronic systems, while also outlining restrictions and conditions for reimbursements. Compliance with Operational Security and Cybersecurity measures is critical throughout the contract period.
    The proposal seeks contractors to provide fixed-wing transportation services between Palm Beach International Airport (KPBI) and Andros Town/Fresh Creek International Airport (MYAF) to support the Atlantic Undersea Testing and Evaluation Center (AUTEC). The contractor must transport between 15 to 19 passengers with baggage while ensuring airworthiness and compliance with FAA regulations. The contract outlines operational requirements, including a minimum of two round trips per day, maintenance of a 95% operational readiness rate, and strict reporting protocols for flight operations and any incidents. The contractor is responsible for personnel management, equipment upkeep, and coordination with government authorities. Billing for services will be based on actual hours flown and approved costs, with specific guidelines on report submission and insurance coverage. The document also emphasizes operational security and cybersecurity measures to protect sensitive information and ensure readiness for any incidents. Overall, it aims to ensure safe, efficient, and compliant air transportation services supporting government operations.
    The document outlines a pricing proposal template for fixed-wing airlift support as part of a federal Request for Proposal (RFP). Offerors must adhere to specified formatting, entering prices only in designated blue fields. The pricing breakdown covers multiple years, including a Base Year and four Option Years, along with a potential 6-Month Extension. Key components of the proposal include monthly basing fees, hourly flight rates for fixed-wing operations, fuel reimbursements, and other reimbursements, with total estimated costs for several years specified. The structure reflects a clear delineation between different types of costs, with emphasis on the Not-to-Exceed amount for fuel reimbursables set by the government. The provider is expected to cover all costs related to the return and demobilization of personnel and equipment upon contract completion, with a workload estimate of 1250 flight hours annually from Palm Beach International Airport, FL. Overall, this document is crucial for potential contractors to prepare competitive proposals in compliance with governmental guidelines, showcasing the essential requirements and financial aspects of the expected airlift services.
    The document outlines the Past Performance Questionnaire (PPQ) for contractors responding to solicitation HTC71125RC004 from USTRANSCOM, focused on fixed wing transportation services. This form serves to gather feedback regarding a contractor's previous contract performance, enabling USTRANSCOM to assess their capability for prospective services for the Atlantic Undersea Test and Evaluation Center. Sections of the PPQ require contractors to identify contract specifics, including contractor details, contract title, work performed, and locations. Respondents—individuals familiar with the contractor—are tasked with evaluating the contractor’s performance using a rating system from Exceptional to Unsatisfactory across several service categories, such as cargo transportation, aircraft availability, and overall performance. Additionally, narrative questions address potential contract terminations and future reservations regarding the contractor, enhancing the evaluation process. Responses are due by April 17, 2025, and are submitted directly from respondents to ensure objectivity. The overall purpose is to collect comprehensive and candid performance data to inform future contractor selections, aligning with government procurement guidelines and ensuring effective service delivery.
    The document outlines requirements for aircraft to be utilized in the performance of the contract related to the Atlantic Undersea Test and Evaluation Center (AUTEC). It specifies that only the aircraft listed by tail numbers and approved by the Department of Defense (DoD) may be used. Contractors must ensure ownership or control over these aircraft to fulfill contractual obligations. They can propose additional aircraft, undergo alterations, or remove existing ones with prior approval from the Contracting Officer, contingent upon technical acceptability confirmed by the DoD Air Carrier Survey Team. The offeror's unique technical approach dictates the number and type of aircraft proposed. Critical information includes the aircraft type/model, tail number, passenger seating capacity, operational range, weight specifications, cruise speed, and fuel consumption rate, all of which must align with the Performance Work Statement (PWS). This framework emphasizes the government's need for logistical assurance in aviation services within defense operations, ensuring all modifications and proposals uphold the standards set forth in federal regulations.
    The Offeror Information Sheet is part of the solicitation HTC71125RC004 for the Atlantic Undersea Test and Evaluation Center (AUTEC). This document serves as a form for potential contractors to provide essential company details. It requires the company name and the names and contact information of individuals authorized to negotiate and sign contracts on behalf of the company. Additionally, a designated area for the contractor’s signature and date is included to validate the offer. This sheet is crucial for establishing formal communication and negotiation authority for the contract process, streamlining the submission and evaluation of proposals in response to the government solicitation. Overall, it facilitates the necessary administrative tasks involved in the procurement of services or products from vendors in compliance with federal RFP procedures.
    The document pertains to a solicitation (HTC71125RC004) from the Atlantic Undersea Test and Evaluation Center (AUTEC), focusing on basic eligibility requirements for bidders in relation to operating aircraft under the contract. It outlines specific questions that offerors must answer and provide supporting documentation for their proposals. Among the queries, the contractor is asked whether they will operate the aircraft, if they are listed on the Department of Defense Air Carrier Listing by the Air Mobility Command, and their carrier flag status (US or Foreign). These eligibility criteria are designed to ensure that all bidders meet specific operational and regulatory standards required for the contract, aligning with federal solicitation processes. The structure of the document includes a clear set of questions aimed at assessing the qualifications of potential bidders, highlighting the importance of compliance with federal regulations and operational standards in government RFPs.
    The document appears to be an electronic data file likely containing multiple government documents related to requests for proposals (RFPs), federal grants, and state and local project summaries. Due to significant corruption and data obfuscation, it is difficult to extract coherent and specific details regarding individual projects or requests. Nonetheless, the fragmented text suggests themes of funding opportunities, project development, and compliance with governmental standards and regulations. There are indications of discussions of procedural requirements and evaluations of submitted proposals or grant applications. Nevertheless, the prevalent issues with data integrity impede a comprehensive understanding of the document's full context and contents. This file illustrates the complexities tied to governmental documentation and the importance of maintaining clear and accessible records for transparency and effective governance in public funding processes.
    The document is a Federal Request for Proposal (RFP) concerning the provision of dedicated fixed-wing airlift services by a contractor for the U.S. government, primarily focusing on operations from October 2025 to September 2030. It details the requirements for basing operations and flight hours, along with fuel and other reimbursable expenses, structured in various Contract Line Items (CLINs). The solicitation specifies a base period, options for extension, and payment terms, emphasizing the contractor's compliance with the Performance Work Statement (PWS) and relevant federal regulations. Key aspects include: 1. **Scope of Work**: The contractor must provide airlift services, including fixed-wing operations and reimbursement for fuel under specified terms. 2. **Market Designation**: The solicitation is set aside for small businesses, including service-disabled veteran-owned and women-owned businesses. 3. **Compliance and Standards**: A wide range of clauses from federal regulations are incorporated by reference, highlighting government procurement requirements and contractor obligations. The RFP underscores the government’s initiative to enhance operational capabilities while ensuring compliance with regulatory standards and supporting small business participation.
    The document outlines the solicitation for commercial services related to fixed-wing airlift operations, specifically for the U.S. Transportation Command (USTRANSCOM). The contract includes provisions for a dedicated basing operation over a span from October 1, 2025, to September 30, 2026, with options for extensions through 2029. It requires the contractor to provide not only fixed-wing flight hours but also reimbursement for fuel and other costs in accordance with specified performance work statements (PWS). The terms include various inspection and acceptance criteria, delivery conditions, and compliance with pertinent federal acquisition regulations. Key clauses emphasize small business participation, safety standards, and environmental safeguards related to air safety and contractor responsibilities. The overall intent of this solicitation is to ensure efficient and compliant air transport services while adhering to federal guidelines and promoting small business opportunities within the contract framework.
    Similar Opportunities
    Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory (ICEX 2026 Operation Ice Camp Air Charter Services)
    Dept Of Defense
    The U.S. Department of Defense, through the United States Transportation Command (USTRANSCOM), is seeking proposals from qualified contractors to provide air charter services for the Undersea Warfighting Development Center Detachment Arctic Submarine Laboratory in support of ICEX 2026 Operation Ice Camp. The procurement involves four distinct Contract Line-Item Numbers (CLINs) for various aircraft types, including ski-wheel equipped aircraft for pioneering landings, a rear-loading aircraft for personnel and cargo, and rotary-wing aircraft for helicopter services, with operations scheduled between mid-February and the end of March 2026. This opportunity is critical for facilitating Arctic operations, emphasizing the need for contractors with experience in similar environments and capabilities to meet specific technical requirements. Proposals are due by January 5, 2026, at 12:00 Noon CST, and must be submitted electronically to Brenda Marshall at brenda.l.marshall10.civ@mail.mil.
    AUTEC SHUTTLE MISSION JUSTIFICATION AND APPROVAL DOCUMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's MSC Norfolk, is seeking to justify and approve a mission related to the AUTEC Shuttle. This procurement involves marine charter transportation services, as outlined in the attached Justification and Approval document published in accordance with FAR 6.305. The services are critical for supporting transportation needs at Cape Canaveral, Florida. Interested parties can reach out to Eric Hatcher at 757-341-5471 or via email at ERIC.N.HATCHER2.CIV@US.NAVY.MIL for further details regarding this opportunity.
    Trans-Africa Airlift Services Contract North and West Africa - Fixed Wing
    Dept Of Defense
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking to modify an existing contract for Trans-Africa Airlift Services, specifically for fixed-wing transportation in North and West Africa. This modification will exercise the option to extend services under task order HTC71117FR012, awarded to Berry Aviation, Inc., in accordance with FAR 16.505. The services are critical for ensuring efficient air freight transportation and relocation operations in the region. Interested parties can reach out to Tyler Gilmore at tyler.r.gilmore2.civ@mail.mil or Thomas M. Fee at thomas.m.fee2.civ@mail.mil for further information, with the period of performance set from February 1, 2023, to July 31, 2023.
    USTRANSCOM SMALL BUSINESS
    Dept Of Defense
    The U.S. Transportation Command (USTRANSCOM), part of the Department of Defense, has issued a special notice regarding upcoming small business opportunities. Interested parties are encouraged to visit USTRANSCOM’s website to review the Procurement Forecast dated September 17, 2025, which outlines anticipated procurement needs for the Transportation Division for fiscal years 2026 and 2027. This forecast is crucial for small businesses looking to engage in contracts that support USTRANSCOM's mission in transportation logistics. For further inquiries, interested vendors can contact USTRANSCOM's Small Business office via email at USTRANSCOM.SMALLBUSINESS@MAIL.MIL.
    General Freight and Trucking
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for general freight and trucking services. This procurement aims to streamline the acquisition of transportation services necessary for supporting various naval operations, including Aircraft Launch and Recovery Equipment and Common Support Equipment. The BPA will facilitate efficient procurement processes, allowing for multiple awards to qualified vendors, with individual call orders not exceeding $250,000 and a total master dollar limit of $4,999,999 over five years. Interested vendors must submit their capabilities statement and relevant documentation by March 11, 2026, to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil, including their Cage Code and Unique Entity Identifier (UEID) for verification.
    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.
    Shuttle Services BPA
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    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, Kentucky Military Community 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, encompassing daily commutes, special needs transportation, and curricular/co-curricular activities. This contract is a 100% Small Business set-aside, with a minimum guaranteed contract value of $2,500.00, and proposals are due by 12:00 PM EST on January 23, 2026. Interested offerors must submit a completed Non-Disclosure Agreement by January 16, 2026, to receive the Route List and direct any questions by December 12, 2025, to the designated contacts, Esther Yi and Batsaikhan Usukh, 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.
    Student Transportation Services to the Ft. Stewart Military Community in Georgia.
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking proposals for student transportation services at the Ft. Stewart Military Community in Georgia, under solicitation HE125426RE007. This procurement is a 100% Small Business set-aside, requiring contractors to provide comprehensive transportation services, including daily commutes, special education transportation, and extended school year services, with a focus on safety and efficiency. The contract encompasses a base year and four option years, with a minimum guaranteed value of $2,500. Proposals must be submitted via email by 12:00 p.m. EST on January 30, 2026, following the submission of a Non-Disclosure Agreement by January 23, 2026, to receive critical route information. Interested parties should direct inquiries to Contracting Officer Esther Yi at esther.yi@dodea.edu or Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.