USAFSAM Transportation Services
ID: FA239625QB005Type: 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, through the United States Air Force School of Aerospace Medicine (USAFSAM), is seeking qualified contractors to provide transportation services for Non-Prior Service Technical Training students, known as Airmen-In-Training (AiT), from Dayton International Airport to Wright-Patterson Air Force Base. The contract will establish a five-year Blanket Purchase Agreement (BPA) to ensure reliable and flexible transportation, accommodating varying student arrivals and luggage requirements, while coordinating with Military Training Leaders. Interested parties must submit their quotations electronically by February 18, 2024, at 2:00 PM EDT, with a maximum BPA ceiling of $150,000 and a small business size standard of $19 million. For further inquiries, contact Chris Stokes at chris.stokes.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The United States Air Force School of Aerospace Medicine (USAFSAM) requires transportation services for Non-Prior Service (NPS) Technical Training students, known as Airmen-In-Training (AiT). The contractor will manage the transport from Dayton International Airport to student dormitory building 1243 at Wright-Patterson Air Force Base, providing appropriate vehicles for the varying number of students per scheduled training course. AiT arrivals typically correlate with Basic Military Training (BMT) shipping dates, with maximum capacities of up to 50 students per training course. The contractor must consider the size and number of luggage items, as students will arrive with specific baggage allowances. Transportation services will require flexibility to accommodate any potential travel delays, multiple trips, and coordination with Military Training Leaders (MTLs) accompanying the driver. The contract covers a period of 60 months, aiming to ensure timely and effective transport for students arriving without personal transportation means as a part of their training transition. Overall, this performance work statement emphasizes the necessity of reliable, adaptable transportation to support the mission of USAFSAM in training new Airmen.
    This document outlines the price list and logistics for student transportation services associated with the U.S. Air Force School of Aerospace Medicine (USAFSAM) for fiscal year 2025. The primary service involves one-way airport pickups from Dayton International Airport to Wright-Patterson Air Force Base (WPAFB), specifically from building 1243. All pickup arrangements are contingent upon the dates determined by BMT Shipping at JBSA Lackland, Texas, and may be scheduled on weekends. Vehicles are required to have air conditioning and luggage storage accommodating passenger counts that can vary from up to 29 or 49 passengers, with corresponding hourly charges based on these limits. Tentative projected pickup dates for 2025 are provided, alongside the note that all arrangements are subject to change. This document serves as a crucial resource for government agencies and contractors involved in providing transportation services, emphasizing compliance with operational guidelines and passenger accommodations.
    The document presents a solicitation for transportation services by the United States Air Force School of Aerospace Medicine (USAFSAM), specifically aimed at facilitating the transport of Non-Prior Service Technical Training students, known as Airmen-In-Training. The contract covers transportation from Dayton International Airport to student dormitories at Wright-Patterson Air Force Base, addressing the needs of newly enlisted members who lack personal transportation following initial military training. It includes instructions for the contractor regarding the delivery, invoicing via the Wide Area Workflow system, compliance with various clauses including federal acquisition regulations, and the requirement for item unique identification on significant deliveries. The document emphasizes the importance of following established guidelines to ensure successful contract execution, with particular focus on ensuring safety and regulatory compliance throughout the process. The overall purpose of the solicitation is to provide efficient and reliable transportation services while adhering to relevant government contracting standards and supporting initiatives for small and economically disadvantaged businesses.
    The document details Wage Determination No. 2015-4731 issued by the U.S. Department of Labor, providing wage rates for various occupations under the Service Contract Act (SCA) for federal contracts in Ohio, specifically for Greene, Miami, and Montgomery counties. Contracts signed or extended after January 30, 2022, are subject to the minimum wage of $17.75 per hour, while older contracts may rely on the lower rate of $13.30 per hour. The wage determination outlines specific pay rates for a wide range of occupations, including administrative roles, automotive service, food preparation, and health occupations, along with associated fringe benefits such as health and welfare payments, vacation, and paid sick leave. Notable is the stipulation that contractors must furnish uniforms at no cost and how unlisted occupations can obtain conformed wage rates through a structured process. The document underscores the importance of compliance with federal wage standards and worker protections, contributing to fair labor practices in government contracts and emphasizing the role of the Department of Labor in enforcing these regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Shuttle Services BPA
    Buyer not available
    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.
    Buyer not available
    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.
    Student Transportation Services to Ft. Campbell Military Community, KY
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services at Fort Campbell, Kentucky, under solicitation number HE125426RE005. The procurement aims to provide comprehensive transportation solutions for daily commutes, special education needs, curricular and co-curricular activities, and JROTC programs, with a focus on safety and compliance with federal and state regulations. This opportunity is a 100% Small Business set-aside, with a NAICS code of 485410 and a size standard of $30 million, emphasizing the importance of reliable transportation for the military community's educational needs. Interested offerors must submit a completed Non-Disclosure Agreement by January 5, 2026, and proposals are due by January 12, 2026, with inquiries accepted until November 24, 2025. For further details, contact Esther Yi at esther.yi@dodea.edu or Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    USAFE FIGHTER/LIGHT AIRCRAFT RECOVERY TRANSPORT
    Buyer not available
    The Department of Defense, specifically the 97th Contracting Squadron at Altus Air Force Base, intends to procure six AMS Fighter Aircraft Transporters for delivery to Ramstein Air Force Base in Germany and other European locations. These transporters are essential for the recovery of both light and advanced fighter aircraft, designed to operate on various surfaces with a weight capacity of at least 10 tons and a low insertion height of 12 inches. This acquisition aligns with military logistics and aircraft recovery operations, enhancing operational readiness and minimizing downtime. Interested small businesses must submit their quotes by December 13, 2024, and are required to be registered in the System for Award Management (SAM) prior to submission. For inquiries, contact SSgt Jacolbi Thomas at jacolbi.thomas.1@us.af.mil or Ms. Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    General Freight and Trucking
    Buyer not available
    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.
    Air Show 2026 Buses
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide shuttle bus services for the Air Show 2026 at Shaw Air Force Base in South Carolina. The contractor will be responsible for transporting up to 6,000 guests over three days, from March 27 to March 29, 2026, utilizing buses and personnel to operate two distinct routes between designated parking and event bus stops. This service is crucial for ensuring efficient guest movement during the event, adhering to strict security regulations, and maintaining safety protocols. Interested small businesses are encouraged to submit their capability statements and price estimations to SSgt. Mackenzie Fullenlove and Ms. Mar Rodriguez Martinez by email, as the government is currently only requesting information and not formal offers or questions at this time.
    DoD BUS CARRIER APPROVAL By DTMO
    Buyer not available
    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.
    F18 AIRCRAFT TRANSPORT SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide transport services for one F-18 aircraft from MCAS Miramar, San Diego, California, to Volk Field ANGB, Camp Douglas, Wisconsin. The contractor will be responsible for all personnel, equipment, and logistics necessary to transport the disassembled aircraft, including its fuselage and components, while ensuring compliance with safety and regulatory standards. This procurement is critical for military operations, with an estimated contract value of $40 million, and offers a total small business set-aside opportunity. Interested parties must submit their quotes by December 10, 2025, and direct any questions to the contracting office via email by December 2, 2025.
    Ambulance Services Robins AFB
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide 24-hour emergency ambulance services at Robins Air Force Base (RAFB) in Warner Robins, Georgia. The contract requires the contractor to supply two fully equipped ambulances and personnel for emergency paramedic response, patient transport, in-flight emergency response, and participation in military exercises, adhering to established medical standards and regulations. This service is crucial for ensuring the health and safety of personnel on base, with a contract modification awarded to United Medevac Solutions Inc. valued at $665,585. Interested parties should submit capability statements to the primary contact, Adriana Lytle, at adriana.lytle@us.af.mil, by the specified deadline, as this notice is not a request for competitive proposals.
    AIRCRAFT PARTS CONTRACTOR LOGISTICS SUPPORT
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking a contractor to provide logistics support for aircraft parts through a Blanket Purchase Agreement. The contract aims to supply parts for the FAA's fleet of aircraft, with a performance period of 12 months, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The estimated total value of the contract is approximately $14,380,000, with specific instructions for contractors regarding markup rates and discount terms outlined in the associated procurement schedule. Interested parties should direct inquiries to the primary contact, Bill Boyer, at william.e.boyer@faa.gov, or the secondary contact, Tammy Claiborne, at tammy.r.claiborne@faa.gov, for further details on the proposal submission process.