FY27 City Pair Program Draft RFP
ID: 47QMCB26R0001Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA/FAS OFFICE OF ACQUISITION OPERAWASHINGTON, DC, 20405, USA

NAICS

Scheduled Passenger Air Transportation (481111)

PSC

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

    The U.S. General Services Administration (GSA) is seeking proposals for the Fiscal Year 2027 City Pair Program (CPP), which involves providing scheduled airline passenger transportation services for government employees. This mandatory government-wide program requires certified U.S. air carriers to offer fixed-price fares for various domestic and international routes, ensuring compliance with specific technical and pricing requirements outlined in the draft solicitation. The contract period will commence on October 1, 2026, and run through September 30, 2027, with two optional extension periods, and interested offerors must submit questions regarding the draft RFP by January 13, 2026, with proposals due on March 4, 2026, for Group 1 offers and subsequent deadlines for Groups 2 and 3. For further inquiries, potential bidders can contact James Santini at james.santini@gsa.gov or Matthew Racchini at matthew.racchini@gsa.gov.

    Files
    Title
    Posted
    This government file outlines revisions to federal travel regulations, primarily focusing on the introduction and definition of the new "Contract Non-refundable Fare" (_CN) for government travelers. These non-refundable coach class fares are designed to offer lower costs than existing YCA and _CA fares, aiming to improve benchmarking against commercial rates and increase compliance. The document details the pricing structure, ticketing requirements (24-hour auto-cancellation if unticketed), and conditions for their availability and placement within fare class structures. It also revises technical requirements for domestic and international routes, including updated connecting times and maximum circuity for flights, to align with industry practices and increase service offers. Furthermore, the file modifies clauses related to temporary cessation of service, extending the re-award period from 120 to 180 days, and reduces the minimum duration for price reductions from 30 to 7 days to give airlines greater flexibility. Evaluation factors for Group 1 line items are updated, emphasizing that technical and non-price related factors are
    This government file outlines the
    This government file details a comprehensive list of city pair routes, categorized by origin and destination airports, for both domestic and international travel. The document outlines specific flight requirements for each route, including the number of flights, minimum service levels, and passenger levels. The data encompasses over 500 unique routes, with a significant focus on major hubs such as Atlanta (ATL), Washington D.C. (DCA/IAD/WAS), New York City (NYC/JFK/LGA/EWR), Chicago (ORD/MDW), Dallas/Fort Worth (DFW/DAL), Los Angeles (LAX/BUR/LGB/ONT), and Houston (HOU/IAH). The
    This government file is a comprehensive listing of domestic and international city pairs, detailing origin and destination airport codes. The file is structured into columns including "City Pair," "Origin," "Destination," "Group," "Dom/Int," "Pax Level," "Item Number," "No Of Flights," and "Minimum Service." It systematically enumerates thousands of routes (from item 5000 to 5750), indicating whether each route is domestic ("D") or international ("I"), and assigns a "Pax Level" (predominantly "F" or "G"). This document is likely used for federal government RFPs related to air travel services, potentially for contract bidding, route analysis, or logistical planning to support government personnel or operations.
    This document is a comprehensive listing of City Pair routes, detailing flight origins and destinations for both domestic and international travel. Each entry includes a unique item number, the origin and destination airport codes, a group identifier (always '3'), a domestic or international indicator, a 'Pax Level' (always '1 C'), and a 'Minimum Service' indicator (either 'F' or 'G'). The file appears to be a dataset related to federal government RFPs, federal grants, or state and local RFPs, likely for air travel services, providing a structured overview of numerous potential flight routes. The primary purpose is to outline a vast array of city pair combinations, categorized by domestic and international travel, along with associated service levels.
    The General Services Administration (GSA) has issued Solicitation No. 47QMCB26R0001, titled "FY27 Requirement for Scheduled Air Passenger Transportation Services," as part of its City Pair Program. This document, specifically Attachment 7, outlines vendor questions and references related to the solicitation. The program aims to secure scheduled air passenger transportation services for federal government employees for Fiscal Year 2027. This solicitation is a critical component of federal procurement, ensuring cost-effective and efficient travel solutions for government operations.
    The General Services Administration (GSA) Center for Travel Management seeks to reinforce understanding and compliance with auto-cancellation rules for the City Pair Program (CPP) in Fiscal Year 2027. This includes both the 48-hour auto-cancellation rule for general fares and the 7-day auto-cancellation rule for Business Class and Premium Economy fares. The GSA's goal is to ensure online booking tools (OBTs) and Travel Management Companies (TMCs) provide timely traveler notifications to prevent unintended flight cancellations. Airlines are requested to provide detailed information and GDS screen captures of fare rule changes and Passenger Name Record (PNR) messaging formats. This will enable TMCs to automate notifications regarding potential cancellations, impending ticketing deadlines, and actual cancellations, minimizing manual processing and traveler inconvenience. The document outlines specific requirements for how these notifications should appear at various stages, from booking to cancellation, for different timeframes prior to departure.
    The U.S. General Services Administration (GSA) has released the fiscal year (FY) 2027 Request for Proposal (RFP) for the City Pair Program (CPP), seeking scheduled airline passenger transportation services. This RFP, Solicitation No. 47QMCB26R0001, covers the period from October 1, 2026, through September 30, 2027, with two optional extensions. It outlines requirements for air carriers to provide services to various mandatory government users, including military and civilian employees, with exceptions for non-mandatory users and specific travel scenarios. The solicitation details various fare types (YCA, _CA, _CB, _CP, _CN), their availability, and conditions, including auto-cancellation policies. Technical requirements for domestic and international routes, such as flight frequency, connection limits, circuity, and timebands, are specified for Group 1, 2, and 3 line items. The RFP emphasizes fair pricing, last seat availability, and adherence to commercial service standards. Interested offerors can find further details and significant changes on sam.gov, and inquiries should be directed to the GSA City Pair Team via email.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Flight Attendant Drug and Alcohol Program (FADAP) Support Services Contract
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified small businesses to provide support services for the Flight Attendant Drug and Alcohol Program (FADAP). The procurement aims to identify vendors capable of maintaining outreach infrastructure, developing educational materials, conducting training seminars on peer identification and intervention, and offering administrative support for the program. These services are crucial for ensuring the effectiveness of FADAP, particularly in light of potential modifications due to public health considerations. Interested vendors must submit their responses to the Request for Information (RFI) by January 22, 2026, and can direct inquiries to the FAA AAQ 460 Contracting Office via email at 9-AFN-AWA-AAQ460-Contracting-Team@faa.gov.
    GSA Fleet Lease Vehicle Auction & Marshalling Services Guam
    General Services Administration
    The General Services Administration (GSA) is seeking contractor support for vehicle auction and marshalling services in Guam, with a contract period from April 1, 2026, to March 30, 2027. The procurement aims to modernize GSA Fleet's vehicle sales model, enhance public participation, and leverage vendor expertise, particularly in managing electric vehicles and associated infrastructure. This opportunity encompasses a wide range of tasks, including vehicle inspections, marketing, electronic inventory management, and customer service, with a focus on maximizing proceeds from vehicle sales. Interested parties must submit their responses to the Request for Information (RFI) by January 26, 2026, and direct any inquiries to Jeff Whelpley at jeffrey.whelpley@gsa.gov.
    Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is soliciting proposals for a Multiple-Award Indefinite Delivery, Indefinite Quantity (MA IDIQ) contract aimed at providing command, control, and logistics support services for USCG missions. The contract will focus on vessel operations and logistics support across various regions, including the Caribbean Basin, Atlantic Area, Pacific Area, and Polar Regions, with a performance period from April 1, 2026, to March 31, 2031, and a cumulative ceiling of $99 million. This procurement is critical for ensuring operational readiness and support for USCG missions, requiring U.S.-built vessels that meet specific technical and operational standards. Interested parties must submit their proposals by January 15, 2026, and can direct inquiries to Justin Geisendaffer at justin.m.geisendaffer@uscg.mil or Sara Andrukonis at sara.k.andrukonis@uscg.mil.
    National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP)
    Dept Of Defense
    The Department of Defense, through the United States Space Force, is seeking proposals for the National Security Space Launch (NSSL) Phase 3 Lane 1 Fiscal Year (FY) 2026 On-Ramp Request for Proposal (RFP). This procurement aims to establish multiple award Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for launch services, providing assured access to space for national security missions while maintaining affordability and competition among providers. The selected contractors will be responsible for delivering launch services for approximately 30 missions, with proposals due by 1500 Pacific Time on January 22, 2026. Interested parties should contact Kirsten Prechtl at kirsten.prechtl@spaceforce.mil or Nicole Balestreri at nicole.balestreri@spaceforce.mil for further information and to access sensitive RFP documents.
    34-Ton Break-Bulk Trailers
    General Services Administration
    The General Services Administration (GSA) is seeking quotes for thirty-seven (37) 34-ton break-bulk trailers on behalf of the Department of Navy, under a total small business set-aside solicitation. The trailers are essential for transporting various shipping containers and breakbulk cargo, adhering to military and industry standards, and must feature specific capabilities such as air ride suspension and compatibility with government-owned tractors. Interested vendors must submit their quotes by January 14, 2026, at 12 PM EST, to the primary contact, John E. (Ed) Hodges, via email at john.hodges@gsa.gov. Additional details, including technical specifications and evaluation criteria, are outlined in the attached documents.
    Electric Vertical Takeoff and Landing (eVTOL) and Advanced Air Mobility Aircraft Integration Pilot Program (eIPP)
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for the Electric Vertical Takeoff and Landing (eVTOL) and Advanced Air Mobility Aircraft Integration Pilot Program (eIPP). This initiative aims to accelerate the safe commercialization and integration of eVTOL and Advanced Air Mobility (AAM) aircraft into the National Airspace System, inviting State, local, tribal, and territorial (SLTT) governments to partner with U.S.-based private sector organizations to develop innovative operational plans. The program emphasizes public-private partnerships and aims to generate valuable data to inform future FAA regulations while focusing on operations such as air taxis, cargo services, and emergency management. Proposals must be submitted electronically through the eIPP Portal by January 22, 2026, with all inquiries directed to Kristin Frantz or Karina Espinosa at the provided email addresses.
    Advance Notice - Industry Day - FAS Acquisition & Ordering Systems (AOS)
    General Services Administration
    The General Services Administration (GSA) is announcing a Virtual Industry Day on January 29, 2026, for the Acquisition & Ordering Systems (AOS) project, which is part of the Office of the Chief Information Officer (OCIO). This initiative aims to procure IT support services under NAICS Code 541511 (Custom Computer Programming Services) to enhance the operation, Site Reliability Engineering, and agile development of business system features within the GSA IT Office of Acquisition IT Portfolio. The selected industry partner will be responsible for ensuring operational excellence, performance optimization, and security, with a Request for Proposal (RFP) expected to be released in May 2026. Interested parties must email the GSA AAS Contracting Officer and Contract Specialist by January 14, 2026, and can submit questions until January 19, 2026, with a limit of three attendees per team for the event.
    Aviation Support Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking industry input through a Request for Information (RFI) for aviation support services aimed at enhancing its protection mission. The USSS is looking to identify potential sources and solutions for dedicated fixed-wing aviation assets, addressing operational challenges such as scheduling constraints and security vulnerabilities associated with commercial air travel. This initiative is crucial for improving mission readiness and rapid deployment capabilities, with plans to establish a dedicated aviation capability starting with fixed-wing aircraft for 10-12 passengers in FY26, and expanding to accommodate 20-30 passengers in FY27 and beyond. Interested parties should submit their responses by January 12, 2026, to the primary contacts, Crystal Garcia at crystal.garcia@usss.dhs.gov and Sarah Diamond at sarah.diamond@usss.dhs.gov.
    GPO TWIC Pin Mailers
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking proposals for the procurement of TWIC PIN Mailers, which are essential for the high-volume issuance of secure federal smart card credentials, specifically the NexGen TWIC Cards, on behalf of the Transportation Security Agency (TSA). The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with Firm-Fixed-Price (FFP) Delivery Orders, awarded to the lowest-priced technically acceptable offeror, with a maximum order quantity of 3,000,000 mailers over a five-year period. These mailers play a critical role in the secure delivery of Personal Identification Numbers (PINs) necessary for activating TWIC cards, which are used for access to sensitive facilities and systems. Interested parties must submit their proposals by January 20, 2026, and direct any questions to Lainey Ash at lash@gpo.gov.
    Contractor Logistics Support (CLS) Follow-On, FY 27-30
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command, is seeking contractors for the Contractor Logistics Support (CLS) Follow-On contract for fiscal years 2027 to 2030. This procurement aims to provide comprehensive support for the United States Marine Corps MQ-9A Unmanned Aircraft System (UAS), including Organizational-Level maintenance and qualified aircrew services at various operational bases both within and outside the Continental United States. The contract will be structured as a Firm-Fixed Price and Cost (No Fee) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with task orders issued as needed per FAR Clause 52.216-18. Interested parties should direct their questions or comments regarding the draft solicitation to Tiffany Horty at tiffany.a.horty.civ@us.navy.mil by January 14, 2026.