Shuttle Services
ID: N0016725Q0068Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CARDEROCKBETHESDA, MD, 20817-5700, USA

NAICS

All Other Transit and Ground Passenger Transportation (485999)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: MOTOR PASSENGER (V212)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotations for shuttle bus services to facilitate transportation between its headquarters in West Bethesda, Maryland, and the Washington Navy Yard, DC. This contract is specifically set aside for Women-Owned Small Businesses (WOSB) and requires the contractor to provide vehicles, fuel, drivers, and maintenance for a shuttle service operating Monday through Friday, accommodating up to fifteen passengers and ensuring compliance with government safety standards. The initiative is crucial for maintaining efficient transportation for Navy personnel while promoting inclusivity in government contracting. Quotes are due by February 20, 2025, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil or by phone at 301-312-3357 by February 18, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center Carderock Division (NSWCCD) has issued a Request for Quotation (RFQ) to secure shuttle bus services between its headquarters in West Bethesda, MD, and the Washington Navy Yard, DC. This solicitation is specifically set aside for women-owned small businesses. The contract will be awarded based on the lowest price that meets the technical specifications provided in the Performance Work Statement, without conducting discussions with bidders. The shuttle service will operate Monday through Friday, providing transportation for employees and requiring the contractor to furnish vehicles, fuel, drivers, and maintenance. Key requirements include accommodating up to fifteen passengers, safe driving records for operators, and assisting passengers with special needs. A daily log of shuttle usage must be maintained, and appropriate insurance must be in place. The solicitation emphasizes adherence to government safety and operational standards. Quotes are due by 2/20/25, and any inquiries must be directed to the designated contact by 2/18/25. This initiative underscores the commitment to inclusivity while ensuring efficient transportation for Navy personnel.
    Lifecycle
    Title
    Type
    Shuttle Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    V129--SHUTTLE SERVICES OFFSITE - Base w/WD
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for shuttle services to support the Veterans Administration San Diego Healthcare System, with a contract value of approximately $19 million. The procurement requires the contractor to provide a minimum of eight 30-passenger buses and two ADA-compliant vans, operating Monday through Friday from 4:30 AM to 9:00 PM, with shuttle pickups every 15 minutes. This service is crucial for facilitating patient transportation between offsite parking and the healthcare facility, ensuring accessibility for all veterans, including those with disabilities. Interested vendors must submit their proposals by February 24, 2025, and direct any inquiries to Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.
    Dry-Dock: USCG ANT PANAMA CITY (49415) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors for dry-dock repairs to the 49-foot Buoy Utility Stern Loading boat (BUSL 49) as part of its FY2025 availability program. The procurement involves comprehensive repair and maintenance tasks, including general welding, ultrasonic testing, and hull inspections, with a strong emphasis on compliance with safety protocols and quality assurance standards. This contract is crucial for maintaining the operational readiness and integrity of USCG vessels, ensuring they meet regulatory requirements and performance standards. Interested parties, particularly Women-Owned Small Businesses (WOSB), must submit their bids by March 7, 2025, with the contract period running from May 1, 2025, to September 30, 2025. For further inquiries, contractors can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or Janet M. Delaney at Janet.M.Delaney@uscg.mil.
    Hurricane Evacuation Charter Buses
    Buyer not available
    The Department of Defense, specifically the Marine Corps Recruit Depot in Parris Island, South Carolina, is soliciting proposals for a contract to provide Hurricane Evacuation Charter Buses. This contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ), aims to ensure the timely transportation of recruits during hurricane emergencies, requiring the mobilization of up to 180 buses within a 24-hour notice period. The services are crucial for maintaining safety and operational readiness during hurricane seasons, emphasizing the importance of effective evacuation protocols. Interested small businesses must submit their proposals by March 5, 2025, with inquiries accepted until February 24, 2025; for further information, contact Andrea Learn at andrea.n.learn.civ@usmc.mil or by phone at 843-228-3813.
    San Clemente Air Transportation Shuttle Services
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for San Clemente Air Transportation Shuttle Services, specifically aimed at providing dedicated fixed-wing airlift services between Naval Air Station North Island (NASNI) and San Clemente Island (SCI). The contract requires the contractor to supply all necessary personnel, equipment, and services to transport an estimated 470 military and civilian passengers weekly, utilizing multi-engine, turbine-powered aircraft that meet advanced navigation and operational standards. This procurement is critical for maintaining efficient air transportation services within military operations, ensuring compliance with federal regulations and safety standards. Interested small businesses, particularly those that are service-disabled veteran-owned or economically disadvantaged, must submit their proposals electronically by the specified deadlines, with the contract expected to commence on October 1, 2025. For further inquiries, potential offerors can contact TSgt Ryan LaFever at ryan.c.lafever.mil@mail.mil or MSgt Shawn Creedon at shawn.m.creedon.mil@mail.mil.
    PF204 Patrol Boat Dry Docking
    Buyer not available
    The U.S. Department of Transportation's Maritime Administration (MARAD) is soliciting quotations for the dry docking and repair of the PF204 Patrol Boat, with a focus on engaging small businesses for this opportunity. The procurement requires contractors to provide comprehensive services, including structural repairs, ultrasonic testing, hull cleaning, and the removal and reinstallation of critical components such as rudders and propellers, all while adhering to federal safety and environmental regulations. This project is vital for maintaining the operational readiness of government-owned vessels, ensuring they meet safety and performance standards. Interested vendors must submit their quotes by February 21, 2025, with a projected award date of March 28, 2025; for further inquiries, contact Krystle Jones at krystle.jones@dot.gov or Robert McDermott at robert.mcdermott@dot.gov.
    WMATA Call Order
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is planning to negotiate a sole source contract with the Washington Metro Area Transit Authority (WMATA) for the Mass Transit Benefit Program – Smart Benefits BPA. This program is crucial for managing transit benefits for federal employees in the Washington DC area, leveraging WMATA's SmartBenefits platform to facilitate the transfer of mass transit subsidies from employers to employees. WMATA is uniquely qualified to perform the necessary database management for this program, as supported by federal regulations allowing for competition exemption. Interested parties have 15 days to express their capability in writing, with the contract period running from June 8, 2022, to June 7, 2025, under contract number HC104722A0001. For further inquiries, interested parties may contact Sarah Thacker at sarah.a.thacker2.civ@mail.mil or Benjamin Cummings at benjamin.cummings6.civ@mail.mil.
    Engineering Services Blanket Purchase Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is soliciting proposals for an Engineering Services Blanket Purchase Agreement (BPA) aimed at small business vendors. This procurement encompasses a range of engineering services, including marine and mechanical engineering, fire-fighting and damage control systems, and incident analysis, all of which must comply with a detailed Performance Work Statement (PWS). The BPA, with a total ceiling price of $7,499,999.99, is critical for maintaining naval vessel readiness and effectiveness, allowing for services to be ordered over a five-year period. Interested parties must submit inquiries by February 19, 2025, and quote packages by February 28, 2025, with submissions directed to Michael J. Bonaiuto at michael.bonaiuto@navy.mil.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.
    Transportation Service FLETC Artesia, NM
    Buyer not available
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC) in Artesia, New Mexico, is seeking proposals for transportation services, specifically targeting small businesses under a Total Small Business Set-Aside. The procurement aims to secure comprehensive transportation solutions, including project management, dispatch, vehicle cleaning, and shuttle services for a fluctuating daily student population from July 1, 2025, to June 30, 2026, with options for extensions up to June 30, 2030. This initiative is crucial for supporting the operational needs of law enforcement training programs, ensuring efficient and reliable transportation for personnel and students. Interested contractors must submit their proposals by March 20, 2025, and can direct inquiries to Nicholas Antal at nicholas.j.antal@fletc.dhs.gov or call 575-746-8332 for further details.
    DoDEA Student Transportation Services (STS) for the Ft. Liberty Military Community, North Carolina.
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking proposals for Student Transportation Services (STS) for the Ft. Liberty Military Community in North Carolina. The contract aims to provide safe and effective transportation for students, including daily commutes, special education needs, and co-curricular activities, with a projected budget of $30 million for the service period from August 1, 2025, to July 31, 2026, and options for extension. This procurement reflects the government's commitment to engaging small businesses, particularly Women-Owned Small Businesses (WOSBs), while ensuring compliance with safety and operational standards. Interested contractors should contact Batsaikhan Usukh at batsaikhan.usukh@dodea.edu or John Myers at john.o.myers@dodea.edu for further details and to submit proposals by the specified deadlines.