Point Mugu Passenger Air Transportation Services (PMPATS)
ID: HTC71125RE127Type: Presolicitation
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: AIR PASSENGER (V211)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 12, 2025, 12:00 AM UTC
Description

The United States Transportation Command (USTRANSCOM) is preparing to issue a solicitation for passenger air transportation services between Point Mugu, California, and San Nicholas Island, California, as well as China Lake, California. The contract will facilitate military and government civilian passenger movement five days a week, with the potential for additional flights as needed, and will be awarded as a Firm-Fixed Price contract primarily set aside for small businesses. The base period of performance is expected to commence on October 1, 2025, and run through September 30, 2026, with four optional extensions available until September 30, 2030. Interested parties can expect the Request for Proposal (RFP) to be available on SAM.gov around April 23, 2025, and should direct inquiries to MSgt Shawn Creedon at shawn.m.creedon.mil@mail.mil or Thomas M. Fee III at thomas.m.fee2.civ@mail.mil.

Files
Title
Posted
Apr 1, 2025, 7:04 PM UTC
The United States Transportation Command (USTRANSCOM) is preparing to issue a solicitation for passenger air travel services for military and government civilian transportation between Point Mugu, CA, and San Nicholas Island, CA, as well as China Lake, CA. This service will operate five days a week, with additional flights potentially arranged as needed. The contract being offered is a Firm-Fixed Price, primarily reserved for small businesses, emphasizing that all responsible small business proposals will be considered. The base contract period is scheduled to commence on October 1, 2025, lasting until September 30, 2026, with four optional extensions available through September 30, 2030. The acquisition will follow federal regulations for negotiation and commercial item procurement. The Request for Proposal (RFP) is expected to be available on SAM.gov around April 23, 2025, and no physical copies will be distributed. Interested parties can reach out to designated contracting specialists for further information. This pre-solicitation notice outlines the essential parameters of the upcoming RFP, highlighting the government's intent to facilitate essential transportation services while promoting small business involvement.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
NOCAL S&RTS
Buyer not available
The U.S. Transportation Command (USTRANSCOM) is preparing to issue a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Northern California ports, specifically at the Military Ocean Terminal (MOTCO) and the Port of Oakland. This procurement will involve a single fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a performance period spanning five years, from August 7, 2025, to August 6, 2030, aimed at enhancing support for military operations through efficient port services. Proposals will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, and the RFP is expected to be posted on SAM.gov around March 28, 2025. Interested parties can reach out to Casey D. Schuette at casey.d.schuette.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil for further information.
Alaska Commuter Passenger Services
Buyer not available
The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Alaska Commuter Passenger Services under solicitation number HTC71125RC001. The contract requires the provision of air transportation services for military and government civilian personnel in Alaska, with a performance period from October 1, 2025, to September 30, 2030, and options for extensions. This service is critical for ensuring reliable and safe airlift operations in support of defense activities in the region. Interested contractors must submit their proposals, including a signed original RFP and all amendments, by the specified deadlines, and can direct inquiries to Tyler Gilmore at tyler.r.gilmore2.civ@mail.mil or Barbara L. Wolf at barbara.l.wolf11.civ@mail.mil.
S&RTS Mid-Atlantic Ports
Buyer not available
The United States Transportation Command (USTRANSCOM) is preparing to issue a Request for Proposal (RFP) for Stevedoring and Related Terminal Services (S&RTS) at Mid-Atlantic ports, specifically in Charleston (SC), Savannah (GA), Wilmington (NC), and Morehead City (NC). This procurement will involve a single fixed-rate Indefinite Delivery, Indefinite Quantity (IDIQ) contract, effective from September 1, 2025, to August 31, 2030, with a potential six-month extension, and will be awarded based on the Lowest Price Technically Acceptable (LPTA) method. The services are crucial for efficient cargo handling and transportation operations at these strategic ports, ensuring the timely movement of goods. Interested parties should note that the RFP is expected to be available on SAM.gov in early 2025, and they are encouraged to contact Lucy Wells or Nashae J. Perez for further information.
S&RTS, Pacific Northwest (PNW)
Buyer not available
The U.S. Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in the Pacific Northwest, specifically at the ports of Tacoma, Everett, Olympia, Grays Harbor in Washington, and Portland in Oregon. The contract aims to facilitate the handling of both Defense Transportation System (DTS) sponsored and non-sponsored cargo, ensuring operations are conducted with a focus on safety, efficiency, and customer service. This procurement is critical for supporting military operations and logistics in the region, with a contract value estimated at $47 million and a performance period from August 1, 2025, to July 31, 2030. Interested contractors should direct inquiries to Melissa Romagno or Cassandra A. Range and ensure compliance with all federal regulations and submission requirements outlined in the solicitation documents.
ATLANTIC UNDERSEA TEST AND EVALUATION CENTER (AUTEC) PALM BEACH FL (KPBI)—ANDROS TOWN BAHAMAS (MYAF)
Buyer not available
The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for fixed-wing transportation services to support the Atlantic Undersea Test and Evaluation Center (AUTEC) between Palm Beach International Airport (KPBI) in Florida and Andros Town Fresh Creek International Airport (MYAF) in the Bahamas. The contractor will be responsible for providing all necessary personnel, equipment, and aircraft to facilitate military and government commuter passenger transportation, including the movement of essential cargo, with a requirement for at least two round-trip flights daily and an operational readiness rate of 95%. This contract is crucial for ensuring reliable transportation logistics in support of defense operations, with a contract duration from October 2025 to September 2030, including renewal options. Interested parties must submit their proposals, including eligibility documentation and past performance questionnaires, by the specified deadlines, and can direct inquiries to Barbara L. Wolf or Nicole Blanson via email.
S&RTS Cape Canaveral, Florida
Buyer not available
The United States Transportation Command (USTRANSCOM) is seeking sources capable of providing Stevedoring and Related Terminal Services (S&RTS) at Cape Canaveral, Florida, to support the import and export of Defense Transportation System (DTS) sponsored cargo. The contractor will be responsible for a comprehensive range of services, including the management of military cargo, loading and unloading operations, documentation, and warehousing, with operations potentially required 24/7 throughout the year. This procurement is critical for ensuring efficient military logistics and compliance with safety and security protocols, reflecting the Department of Defense's transportation objectives. Interested parties must respond to the Market Research Survey and submit an Information Sheet by noon on April 8, 2025, with further inquiries directed to Kenneth A. Smith at kenneth.a.smith439.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil.
Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
Buyer not available
Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
UCT-1 STORAGE EQUIPMENT RELOCATION
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified contractors for a Firm Fixed Price contract to relocate storage equipment for Underwater Construction Team ONE (UCT-1) from Virginia Beach, VA to Gulfport, MS. This procurement is a total small business set-aside, emphasizing the need for services in the General Freight Trucking industry, specifically under NAICS code 484121. The solicitation is expected to be available around April 11, 2025, and interested contractors must ensure they are registered in the System for Award Management (SAM) database prior to award. For inquiries, potential bidders can contact Sherell Brown at sherell.g.brown.civ@us.navy.mil or Morgan Olszak at morgan.e.olszak.civ@us.navy.mil.
S&RTS Kingdom of Saudi Arabia
Buyer not available
The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in the Kingdom of Saudi Arabia, with a focus on managing U.S. military cargo at designated seaports and airports. The contractor will be responsible for the safe and timely loading, unloading, and transportation management of Defense Transportation System (DTS) sponsored and non-sponsored cargo, adhering to strict safety and operational protocols as outlined in the Performance Work Statement (PWS). This contract is crucial for ensuring efficient logistics and operational support for military operations, with a contract period from August 1, 2025, to July 31, 2030, and a total estimated value of $231,000, potentially rising to $323,400 with extensions. Interested parties must submit their proposals by April 30, 2025, and can direct inquiries to Lucy Wells at lucy.h.wells.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil.
Voluntary Tanker Agreement (VTA)
Buyer not available
Presolicitation DEPT OF DEFENSE US TRANSPORTATION COMMAND (USTRANSCOM) is seeking sealift services for the Voluntary Tanker Agreement (VTA). This agreement provides ocean transportation charter of clean bulk fuel product for worldwide ocean movements. The contract aims to minimize disruption of program participants' service to commercial customers and includes contingency operations in response to natural disasters, terrorists or subversive activities, or required military operations. Contractors can enroll specific tanker capacity into the VTA program, and subsidized capacity must be enrolled in an Emergency Preparedness Program. Interested parties should contact Shanda L. Lyman and Sarah Albers via email for more information.