DoDEA-Europe Special Needs Student Transportation Service Spangdahlem, Germany
ID: HE125425RE013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF DEFENSE EDUCATION ACTIVITY (DODEA)DOD EDUCATION ACTIVITYALEXANDRIA, VA, 22350-1400, USA

NAICS

School and Employee Bus Transportation (485410)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER MOTOR CHARTER (V222)
Timeline
    Description

    The Department of Defense Education Activity (DoDEA) is seeking qualified contractors to provide special needs student transportation services for the Spangdahlem School Complex in Germany. This procurement involves a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which will span a potential five-year period, including a base year and four one-year option periods, with an additional six-month extension possible. The services are critical for ensuring safe and compliant transportation of special needs students, adhering to both Host Nation laws and military regulations, while emphasizing safety protocols, personnel training, and effective communication. Interested parties should contact Jiabao Peng at jiabao.peng@dodea.edu or Marcia E. Lee at marcia.lee@dodea.edu for further details, with the solicitation scheduled to run from August 1, 2025, to July 31, 2026, and options for extensions until January 31, 2031.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a solicitation for Spangdahlem Special Education Student Transportation Services under the Women-Owned Small Business (WOSB) initiative. The contract, designated as HE125425RE013, is scheduled to run from August 1, 2025, to July 31, 2026, with options for extensions until January 31, 2031. The primary task involves providing transportation services for special needs students, including specific vehicle requirements and safety aides as outlined in the Performance Work Statement (PWS). The solicitation includes various line items, specifying quantities, units, and pricing arrangements for different services, such as transporting students in standard and wheelchair-accessible vans. The document is structured with essential details, including contact information for the contracting officer, submission guidelines, and clauses that govern contract execution, such as payment instructions and compliance with federal regulations. The solicitation invites competitive bidding from qualified women-owned small businesses, supporting the federal goal of promoting small business participation in government contracting. This initiative underscores the government's commitment to inclusivity and diverse participation in public service providers while addressing the critical transportation needs of special education students.
    The Performance Work Statement (PWS) outlines the requirements for Student Transportation Services (STS) at the Spangdahlem School Complex, managed by the Department of Defense Education Activity (DoDEA). This contract focuses on safely transporting students, particularly those with special needs, in compliance with Host Nation laws and military regulations. Key responsibilities of the contractor include personnel management, vehicle compliance, route establishment, and reporting for ridership counts, accidents, and student misconduct. The contractor is required to maintain strict safety protocols, ensure proper training for all personnel, and conduct regular maintenance and inspections on vehicles used for student transportation. Additionally, the PWS emphasizes the necessity of effective communication and timely responses to incidents, ensuring students are only released to authorized individuals. Safety and security training is a critical component, with annual sessions mandated for all personnel involved in student transportation. The document establishes clear performance metrics and outlines repercussions for non-compliance, emphasizing the commitment to providing a secure and efficient student transportation system within the military education framework.
    The document outlines a Present and Past Performance Questionnaire (PPQ) related to a federal Request for Proposal (RFP) for the Spangdahlem Military Community, specifically focusing on special needs transportation services. The Offeror is required to complete the initial section of the PPQ before it is sent to their customer reference for evaluation. The evaluation section prompts the customer to rate the contractor’s performance across ten areas, such as transporting students, managing personnel, responding to incidents, and maintaining vehicles. Each area uses a rating scale from "Poor/Unsatisfactory" to "Excellent," enabling comprehensive performance assessment. This structured format aims to gather critical feedback on the contractor's abilities and compliance with contract requirements, helping inform the selection process in accordance with government procurement standards. Overall, this PPQ serves to evaluate contractors based on relevant past performance, ensuring that only qualified parties are considered for federal contracts related to educational transportation services.
    The document outlines the Request for Proposal (RFP) for Special Needs (SPED) Transportation Services by the Department of Defense Education Activity (DoDEA) for the Spangdahlem and Büchel locations in the Europe West District. It details the base period and various option periods spanning from the 2025-2026 school year through 2029-2030, including estimated quantities and unit pricing for transportation of students with special needs. There are two primary components: Spangdahlem (CLIN X001) and Büchel (CLIN X002), each requiring specific transportation services, such as vans for 1-6 passengers, vans for passengers requiring wheelchair access, and the provision of safety aides. The pricing sheets categorize costs for various periods including both base and additional option years. The document emphasizes adhering to the Federal Acquisition Regulation (FAR) guidelines, particularly concerning source selection information. Additionally, it notes the option for extending service beyond the proposed periods using the stated unit prices. Overall, this RFP demonstrates a commitment to providing necessary transportation services for special needs students within the designated military community schools.
    The document outlines requirements for Offerors responding to government solicitations, emphasizing the importance of accurate registration in the System for Award Management (SAM) as a prerequisite for contract eligibility. It provides a list of mandatory Representations and Certifications that must be completed and submitted with proposals, which include certifications related to contractor responsibility, trafficking compliance, telecommunications equipment, and financial viability. Additionally, Offerors are required to provide supporting documentation that demonstrates their ability to fulfill contract obligations. This includes financial assessments from banks, evidence of quality performance records, and other applicable certifications. The attachment noted refers to Offeror Representations and Certifications pertinent to a specific solicitation number. Overall, the document is structured to ensure that potential contractors demonstrate their capability and integrity, adhering to federal guidelines regarding financial responsibility, performance, and compliance in the procurement process. This helps maintain the integrity and effectiveness of government contracting.
    The document outlines a Non-Disclosure Agreement (NDA) related to the Department of Defense Education Activity's Request for Proposal (RFP) designated by the provided RFP number. The NDA requires individuals or their companies to maintain confidentiality regarding specific information indicated in Attachment 7(a) and Attachment 7(b), which pertains to Route Lists and Commuting Zones/Maps. The signer acknowledges their commitment to uphold this confidentiality willingly, without any coercion. Additionally, the document emphasizes the importance of controlled unclassified information and source selection information as per federal regulations (FAR 2.101 and 3.104). The NDA must be signed and dated by an individual, indicating their position, thus formalizing their obligation to protect sensitive details associated with the RFP. This NDA serves to safeguard critical information during the competitive bidding process, highlighting the importance of confidentiality in federal procurement activities.
    The document outlines the instructions for Offerors participating in a federal Request for Proposals (RFP) concerning student transportation services. It requires responses across four key subfactors: Staffing Approach, Recruitment and Retention Approach, Management Approach, and Vehicle Approach. Each subfactor is detailed with specific questions that must be answered in designated fields marked in yellow, and Offerors must adhere to strict word limits to avoid disqualification from consideration. The Staffing Approach emphasizes the qualifications of personnel, such as Contract Managers and Drivers, needing to meet requirements related to language proficiency and security checks. The Recruitment and Retention Approach focuses on methods to fill vacancies and retain staff, outlining factors like incentives and average lengths of service. The Management Approach addresses routing technologies and operational efficiency. Lastly, the Vehicle Approach mandates compliance with various safety and operational standards regarding vehicle maintenance and features. Overall, the document requires comprehensive responses that demonstrate adherence to government standards and the ability to meet specific operational needs for student transportation services, reflecting the importance of compliance and effective management in government contracting processes.
    The document outlines the requirements for the Past Performance Volume submission related to the Student Transportation Services contract for Spangdahlem, Europe West. It instructs offerors to present a minimum of one recent past performance example for both the prime contractor and any subcontractors, demonstrating recency (within the last three years), relevance (involving similar work), and quality. Key factors for evaluation include the scope of services provided, the magnitude of effort (size and resources involved), and complexity (level of challenges faced). Offerors must detail their past performance references, including contract details, customer information, and how their previous work relates to the requirements of the current solicitation. The document emphasizes the necessity of adhering to the specified format and guidelines to ensure clarity and compliance in the submission process. Overall, it serves as a structured framework for evaluating offeror capabilities based on past performance as part of the government’s procurement process, ensuring that the selected contractor can meet the intricate needs of student transportation.
    The document addresses the requirements for contractors submitting offers for federal contracts and grants, particularly focusing on responsibility matters. It defines key terms, including "administrative proceeding," "federal contracts and grants," and "principal," and sets forth a series of representations an offeror must make, especially if they possess current active contracts and grants exceeding $10 million. Specifically, it requires disclosure of any relevant legal findings or proceedings (criminal, civil, or administrative) against the offeror or its principals within the last five years, detailing the associated monetary consequences. The offeror must confirm this information is accurately recorded in the Federal Awardee Performance and Integrity Information System (FAPIIS) and maintain active registration in the System for Award Management (SAM). This provision's overarching purpose is to ensure transparency and accountability of contractors, providing the government with vital integrity information before awarding contracts or grants.
    The document provides a detailed framework for Offeror Representations and Certifications related to federal contracts, specifically for commercial products and services as stipulated in FAR 52.212-3. It features various definitions and requirements that offerors must adhere to in order to submit proposals. Key aspects include criteria for small business certifications, including qualifications for economically disadvantaged women-owned small businesses, service-disabled veteran-owned small businesses, and others. The document also emphasizes compliance with federal laws against forced child labor and outlined procurement stipulations concerning domestic manufacturing, tax liabilities, and ethical business operations. Offerors must complete certain disclosures, including the place of manufacture and certifications regarding lobbying activity. Overall, this guidance is crucial for understanding the regulatory environment surrounding federal procurement processes and ensuring participant compliance, enhancing fairness and accountability in government contracting. The structure is systematic, providing definitions, requirements, and specific certifications in a clear and accessible manner.
    The document pertains to the Department of Defense Education Activity (DoDEA) and focuses on the compliance requirements regarding human trafficking as outlined in the federal contracting clause 52.222-50, Combating Trafficking in Persons. The Offeror must certify that they have established a compliance plan to avoid prohibited trafficking activities, monitor subcontractors, and take action if such activities are detected. The Offeror can affirm their compliance by certifying that neither they nor their agents are engaged in trafficking or that necessary remedial actions have been initiated if abuses are found. The document emphasizes the importance of due diligence and proper oversight in federal and state contracting processes, reflecting the government's commitment to ethical labor practices in awarded contracts. Overall, it intends to ensure that contractors uphold standards that combat human trafficking within their operations and among their subcontractors.
    This document serves as a Letter of Commitment from a company expressing its intention to fulfill the requirements of solicitation HE125425RE013 issued by the Department of Defense Education Activity (DoDEA). The solicitation pertains to the provision of Student Transportation Special Needs Services (SPED) for the Spangdahlem location in Germany. The letter is directed to Ms. Marcia Lee and Ms. Jiabao Peng, indicating that the company is ready to undertake the contract if selected. It includes spaces for the company's name, address, and representative's signature, confirming their dedication to performing the specified work. The document is classified as Controlled Unclassified Information and contains Source Selection Information as per federal regulations, ensuring confidentiality and compliance in the procurement process. Its purpose is to formally indicate the offeror's commitment to the project, a critical step in government contracting processes.
    The document outlines the procedures for the Contractor Performance Assessment Reporting System (CPARS) related to the DoDEA Procurement Transportation Division. It mandates that contractors designate a representative to receive and respond to performance assessments, with specific timelines for feedback and meeting requests. Key requirements for accessing CPARS online include having up-to-date internet browsers and Adobe Acrobat Reader for viewing documents. Additionally, it provides contact information for technical support. The content emphasizes the importance of maintaining efficient communication and access to performance evaluations, aligning with federal regulations on contractor reviews. Overall, the document is critical for ensuring compliance and effective evaluation of contractor performance in government projects.
    The provision 52.204-26 addresses the representation concerning covered telecommunications equipment or services for federal contracts. It defines "covered telecommunications equipment or services" and outlines procedures for offerors to assess compliance. Offerors must consult the System for Award Management (SAM) to identify excluded parties and confirm whether their products or services include covered telecommunications equipment. The document requires offerors to represent whether they provide such equipment or services to the government and to affirm that they do not utilize any covered telecommunications products or associated systems after conducting a reasonable inquiry. This provision is crucial for maintaining compliance and ensuring that contractors do not engage with entities associated with national security risks. Overall, it underscores the government's vigilance in regulating telecommunications within federal contracts to protect governmental interests.
    The document outlines representation requirements for contractors regarding telecommunications and video surveillance equipment in federal contracts, as specified under FAR provisions 52.204-24 and 52.204-26. Contractors must identify if they provide "covered telecommunications equipment or services," which are restricted under Section 889 of the John S. McCain National Defense Authorization Act. This act prohibits federal agencies from procuring equipment or services that utilize such covered technologies. The sections emphasize the need for contractors to conduct reasonable inquiries and to disclose certain information if they confirm using covered equipment or services. Key procedural steps involve reviewing the System for Award Management (SAM) for excluded entities and providing detailed disclosures if applicable. The overall goal is to ensure compliance with regulations designed to protect national security by limiting reliance on potentially compromised telecommunications solutions in government contracts.
    This document is a representation form under the federal procurement guidelines regarding the use of cloud computing in contracts. It is part of the Offeror Representations and Certifications for the Department of Defense Education Activity (DoDEA). The primary purpose is to establish whether the contractors intend to utilize cloud computing services in their performance of any resulting contracts or subcontracts. Cloud computing is defined as a model that allows for ready access to shared computing resources, which can include various services such as software-as-a-service and platform-as-a-service. Offerors must check the appropriate box indicating either an anticipation of using cloud computing services or a non-use in the context of fulfilling contract obligations. This representation is critical as it pertains to Controlled Unclassified Information (CUI) and is framed within the context of federal Requests for Proposals (RFPs) and contracts. The correct identification of cloud service usage is essential for compliance with project specifications and procurement policies. The document concludes by reiterating its status as source selection information as defined by the Federal Acquisition Regulation (FAR).
    Lifecycle
    Similar Opportunities
    AMD1 - DoDEA-Europe Daily Commute Student Transportation Service, Spangdahlem, Germany
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking proposals for a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Daily Commute Student Transportation Services for the Spangdahlem School Complex in Germany. The contract will cover a potential five-year period, including a base year and four one-year option periods, with an additional six-month extension possible, and aims to ensure safe and efficient transportation for students in the military community. This procurement emphasizes compliance with federal regulations, including the engagement of Women-Owned Small Businesses, and requires detailed proposals addressing staffing, management, and vehicle approaches to meet the outlined service standards. Interested offerors should contact Ronnie Swailes at Ronnie.swailes@dodea.edu or Marcia E. Lee at marcia.lee@dodea.edu for further information, with proposals due by the specified deadline.
    DoDEA Student Transportation Services (STS) for the Ft. Novosel Military Community, Alabama
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking proposals from qualified contractors to provide Student Transportation Services (STS) for the Ft. Novosel Military Community in Alabama. The contract encompasses daily commute and special education transportation services, with a focus on ensuring safe and efficient transport for military-connected students. This initiative is part of broader efforts to support educational logistics for military families, emphasizing compliance with federal regulations and safety standards. Interested parties must submit their proposals by the specified deadlines, with the contract expected to commence on August 1, 2025, and run through July 31, 2026, with options for extension. For further inquiries, potential bidders can contact Batsaikhan Usukh at batsaikhan.usukh@dodea.edu or John Myers at john.o.myers@dodea.edu.
    AMD1 - DoDEA-Europe Student Transportation Security Services Program (STSSP) Bus Drivers & Safety Attendants Training
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking proposals for the Student Transportation Security Services Program (STSSP), specifically for training bus drivers and safety attendants in Italy and Spain. The procurement aims to enhance security awareness and emergency response capabilities among personnel involved in student transportation, addressing vulnerabilities to potential threats. This contract will be awarded on a competitive basis as a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a performance period extending from July 2025 to June 2030, including a base year and four option years, plus a potential 6-month extension. Interested contractors must submit their proposals by 11:00 a.m. Eastern Daylight Time (EDT) on March 31, 2025, and can direct inquiries to Jiabao Peng at jiabao.peng@dodea.edu or Marcia E. Lee at marcia.lee@dodea.edu.
    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 qualified contractors to provide Student Transportation Services (STS) for the Ft. Liberty Military Community in North Carolina. The procurement aims to ensure safe and efficient transportation for students, including those with special needs, through a firm fixed-price contract valued at approximately $30 million, covering services from August 1, 2025, to July 31, 2026, with options for subsequent years. This opportunity is particularly significant as it supports military-connected students and emphasizes compliance with safety standards and federal regulations. Interested parties should contact Batsaikhan Usukh at batsaikhan.usukh@dodea.edu or John Myers at john.o.myers@dodea.edu for further information, and must adhere to the submission guidelines outlined in the solicitation documents.
    ADA Passenger Bus Requirement
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for ADA-compliant passenger buses intended for the Walter Reed National Military Medical Center. The procurement requires the provision of 55-passenger and 75-passenger buses, which must be owned and maintained by the contractor, ensuring compliance with ADA guidelines for transporting Wounded, Ill, and Injured patients and their families. This initiative is crucial for providing accessible transportation services, emphasizing safety, cleanliness, and timely service delivery. Interested vendors must submit their quotes by April 1, 2025, with evaluations based on price, technical acceptability, and past performance, including required documentation such as Past Performance Questionnaires. For further inquiries, potential offerors can contact Contract Specialist Matthew S. Tsueda at 907-201-0308 or via email at Matthew.S.Tsueda.Ctr@Health.Mil.
    K-5 12 Literacy Instructional Resources
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking proposals for K-5 Literacy Instructional Resources, aimed at enhancing literacy instruction for students in grades Kindergarten through 5. The procurement includes both print and digital educational consumables and assessment packages, with specific quantities required for each grade level, and ongoing technical support throughout the contract period from March 1, 2025, to February 29, 2028. This initiative is crucial for providing updated and standards-aligned resources that support diverse literacy skills, reflecting DoDEA's commitment to improving educational outcomes. Interested vendors can contact Mumbi Mutala at mumbi.mutala@dodea.edu or 571-372-1341 for further details regarding the proposal submission process.
    Middle School Math Strategic Intervention Program
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking proposals for a Middle School Math Strategic Intervention Program aimed at enhancing mathematics instruction for over 67,000 students across its 161 schools globally. The program requires a commercially available, off-the-shelf (COTS) digital resource that provides tier 2 mathematics intervention, along with professional learning and technical support, ideally licensed for six years. This initiative is crucial for supporting diverse learning needs, including those of multilingual learners and students with Individualized Education Programs (IEPs), and emphasizes compliance with federal standards and cybersecurity requirements. Interested vendors should note that the solicitation is expected to be posted around March 27, 2025, with an anticipated award date of August 4, 2025. For further inquiries, contact Andrew Johnston at andrew.johnston@dodea.edu or Alim Koroma at Alim.Koroma@dodea.edu.
    NESA TNDI 02-25 Transportation April 2025
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for transportation services to support a professional seminar organized by the Near East South Asia Center (NESA) from April 9 to 16, 2025, in the Washington, D.C. and Virginia areas. Contractors are required to provide charter bus services for up to 55 passengers, experienced drivers familiar with the region, and adherence to a quality control program, with specific transportation needs outlined for various events during the seminar. This contract, classified as firm-fixed price, emphasizes the importance of reliable transportation logistics in support of national security training initiatives. Interested contractors must submit their proposals electronically by the specified deadlines, with questions due by March 18, 2025, and are encouraged to contact Keven Primrose or Monica DeGroot at whs.ncr.ad.mbx.dsca-group@mail.mil for further information.
    Grades 6 -12 English Language Development Instructional Resources
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking proposals for English Language Development (ELD) instructional resources for grades 6-12, aimed at enhancing educational outcomes for military-connected students. The procurement includes the delivery of both print and digital materials that align with DoDEA's academic standards, alongside necessary training and technical support, all while adhering to stringent cybersecurity and privacy regulations. This initiative is crucial for supporting diverse language proficiency levels among multilingual learners across DoDEA's 161 schools, which serve over 67,000 students globally. Interested vendors should contact Jamie K. Formosa at jamie.formosa@dodea.edu or 571-372-7756, with proposals due by the specified deadlines, as the contract is set to span from May 2025 to May 2030.
    DoDEA K-12 Art Platform and Visual Arts Professional Learning Platform
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is seeking qualified vendors to provide a comprehensive K-12 Art Platform and Visual Arts Professional Learning Platform for the school year 2024-25. The objective is to enhance arts education for over 67,000 military-connected students across 161 schools worldwide by offering standards-aligned curriculum materials, teacher-specific tools, and professional learning opportunities tailored to art educators. This initiative is crucial for fostering excellence in arts education, ensuring accessibility, and integrating seamlessly with existing DoDEA systems while providing ongoing technical support and training. Interested vendors must submit their capability statements by 20:00 Eastern Standard Time (EST) on 17 March 2025, to the designated contacts Adwoa Essel-Akoli and Duke Santos, with the subject line “HE1254-25-R-ARTS.” The anticipated contract will span five years, starting on 28 June 2025, with multiple option periods.