ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

V--Provide Transportation Services for Public Event -

INTERIOR, DEPARTMENT OF THE 140P5126Q0025
Response Deadline
May 13, 2026
5 days left
Days Remaining
5
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The National Park Service, through SER East MABO, is seeking shuttle transportation services for a public event at Fort Moultrie National Historical Park on Sullivan’s Island, South Carolina. The work covers passenger motor coach shuttle operations, including labor, vehicles, fuel, insurance, dispatch, supervision, management, boarding tokens, reporting, and related coordination for two continuous routes serving park-and-ride locations and the event site. Key terms include firm-fixed-price performance, Lowest Priced Technically Acceptable evaluation, ADA-equipped 40-passenger minimum vehicles, on-site supervision, and a Day 2 surge option, with performance expected from June 1, 2026, through July 1, 2026. An amendment changes the socio-economic set-aside from small business to unrestricted, and offerors must acknowledge receipt by May 8, 2026.

Classification Codes

NAICS Code
485510
Charter Bus Industry
PSC Code
V222
TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER MOTOR CHARTER

Solicitation Documents

7 Files
Sol_140P5126Q0025.pdf
PDF685 KBMay 8, 2026
AI Summary
The National Park Service, Contracting Operations East, has issued a Request for Quotation (RFQ) for passenger motor coach shuttle services for a two-day public event at Fort Moultrie National Historical Park on Sullivan's Island, South Carolina, on June 27-28, 2026. This is a 100% small business set-aside with NAICS code 485510 (Charter Bus Industry) and PSC V222 (Passenger Motor Charter). The contractor must provide all necessary labor, vehicles (minimum 40-passenger, ADA-equipped, FMCSA-compliant), fuel, insurance, dispatch, supervision, management, and color-coded boarding tokens for two continuous shuttle routes. Performance and payment bonds are required at 100% of the contract price, and a certificate of insurance is also mandatory. The contract type is Firm-Fixed Price, with a Day 2 Surge Option for additional vehicles. The award will be based on the Lowest Priced Technically Acceptable (LPTA) source selection procedures. Key personnel, including drivers with specific qualifications and an on-site supervisor, are required. The government emphasizes contracting directly with the operator of record and has provisions against undisclosed subcontracting. The contractor must coordinate with NPS representatives, parking management, and law enforcement. Contingency plans for bridge openings and severe weather are outlined, along with performance standards for headway, wait times, and fleet availability. Deliverables include driver rosters, vehicle lists, daily reports, and an after-action summary. This RFQ is not an order and does not commit the Government to any costs incurred in preparing the quotation.
A05_Attachment_0001_PWS_44045753_FOMO_SBS.pdf
PDF432 KBMay 8, 2026
AI Summary
This Performance Work Statement outlines the requirements for shuttle services for a two-day public event at Fort Moultrie National Historical Park on June 27–28, 2026. The National Park Service requires a contractor to provide passenger motor coach shuttle services, including labor, vehicles, fuel, insurance, dispatch, supervision, management, and boarding tokens. Two continuous shuttle routes will operate between park-and-ride locations in Mount Pleasant and Fort Moultrie, accommodating an estimated 5,000 visitors daily. Key requirements include specific vehicle standards (air-conditioned, 40-passenger minimum, ADA-equipped), a base fleet of eight vehicles with a potential Day 2 surge option, and a 10-minute target headway. The contractor must also manage color-coded boarding tokens, ensure qualified drivers with a 1.5 drivers per vehicle ratio, and provide on-site supervision and dispatch. Contingency plans for bridge openings, severe weather, and vehicle breakdowns are detailed, with performance standards subject to excusable delays. Deliverables include driver rosters, vehicle lists, daily ridership reports, and an after-action summary. The contract will be a Firm-Fixed-Price with a priced Day 2 Surge Option.
A06_Attachment_0002_Load_and_Drop-off_Map_44045753_FOMO_SBS.pdf
PDF3117 KBMay 8, 2026
AI Summary
The document outlines a traffic and drop-off plan for Fort Moultrie, specifically detailing routes and barricade locations for an event or ongoing operations. It highlights key roads such as Thompson Ave, Middle St, Poe Ave, and Hennessy St, indicating one-way routes and police/barricade positions at critical intersections. The map also marks historical points like the Battle of Fort Sullivan and various battery locations (Jasper, Logan) along with station streets. This plan appears to be a logistical guide for managing visitor or operational traffic flow to and from Fort Moultrie, potentially for a special event or as part of a larger federal or state initiative related to park management or historical site access. The date 4/20/2026 - NPS suggests a future event or operational change by the National Park Service.
Sol_140P5126Q0025_Amd_0001.pdf
PDF202 KBMay 8, 2026
AI Summary
This amendment (0001) to solicitation 140P5126Q0025, dated April 29, 2026, issued by NPS SER EAST MABO, revises the socio-economic set-aside requirement. The set-aside is changed from a small business set-aside to unrestricted. The period of performance is from June 1, 2026, to July 1, 2026. Offerors must acknowledge receipt of this amendment by May 8, 2026, by completing items 8 and 15 of the Standard Form 30, acknowledging on each offer copy, or by separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date and time may result in the rejection of offers. Any changes to a previously submitted offer due to this amendment must also be received prior to the offer opening hour and date.
B03_Attachment_0004_WDOL_WD_140P5126Q00025_FOSU_SBS.pdf
PDF4774 KBMay 8, 2026
AI Summary
The document is a wage determination under the Service Contract Act, outlining minimum wages and fringe benefits for various occupations in Berkeley, Charleston, and Dorchester Counties, South Carolina. It specifies hourly rates for administrative, automotive, food service, health, IT, and other sectors. Key provisions include health and welfare benefits, paid vacation after one year of service, and eleven paid holidays. The document also details regulations for computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. It concludes with procedures for conforming unlisted occupations and wage rates, emphasizing the importance of accurate classification and compensation for federal contractors.
B08_Attachment_0005_PPQ_140P5126Q0025_FOMO_SBS.pdf
PDF266 KBMay 8, 2026
AI Summary
The document is a Past Performance Questionnaire (Attachment 0005 RFQ# 140P5126Q0025) for a solicitation by the National Park Service, Interior Region 2 South Atlantic Gulf. The solicitation, 140P5126Q0025, seeks proposals for passenger motor coach shuttle services for a two-day public event at Fort Moultrie National Historical Park on Sullivan's Island, South Carolina. The questionnaire is sent to references to evaluate an offeror's past performance in providing similar services, including furnishing labor, vehicles, fuel, insurance, dispatch, supervision, management, and boarding tokens. It requests information on previous contracts and asks the reference to rate the contractor's performance in areas such as ability to meet requirements, timeliness, quality of work, and overall performance, using defined evaluation criteria ranging from Exceptional to Unsatisfactory.
B08_Attachment_0003_Bid_Schedule_44045753_FOMO_SBS.xlsx
Excel14 KBMay 8, 2026
AI Summary
The GSA RFQ 1808135 outlines a bid schedule for 'Provided Visitor Shuttle Services' at Fort Moultrie National Historical Park, specifically for the F250 Carolina Day. The bid schedule details line items for both base and optional services. Base services include daily vehicle provision (both standard and ADA-equipped motor coaches), mobilization, on-site supervision, dispatch, boarding tokens, and reporting/deliverables. An option CLIN is provided for a Day 2 surge, allowing for additional standard motor coach vehicle-days. The document specifies quantities for each service and indicates that unit and total prices are to be provided by the bidder. This RFQ aims to secure comprehensive shuttle services, including potential surge capacity, for the national park.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedApr 29, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 13, 2026
expiryArchive DateMay 15, 2026

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
NATIONAL PARK SERVICE
Office
SER EAST MABO(51000)

Point of Contact

Name
Dingle, Edward

Place of Performance

Sullivan's Island, South Carolina, UNITED STATES
1214 Middle Street

Official Sources