Hurricane Evacuation Charter Buses
ID: M0026325Q0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALPARRIS ISLAND, SC, 29905-9001, USA

NAICS

Charter Bus Industry (485510)

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, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a solicitation (M0026325Q0007) from the Marine Corps Recruit Depot in Parris Island, SC, seeking offers for charter bus services and annual evacuation training, emphasizing the need for up to 180 buses to support emergency evacuations. The contractor is expected to provide transportation under specific conditions, including a 24-hour notification period and mandatory training for hurricane evacuations, which requires qualified drivers and buses on standby for an annual staged exercise. The contract is set to be awarded by March 5, 2025, with an effective performance period running from March 2025 to March 2028. This acquisition is classified as a small business set-aside, aligning with federal goals to promote small business participation in government contracts. A series of clauses and requirements outlines compliance with federal regulations, including payment procedures, labor standards, inspection and acceptance protocols, and specific prohibitions against utilizing certain materials or contractors covered under public safety regulations. The document reflects the federal government's prioritization of safety, accountability, and effective use of resources in emergency preparedness efforts.
    This document serves as a combined synopsis and solicitation for a Request for Proposal (RFP) issued by the Marine Corps Recruit Depot in Parris Island, SC. It seeks proposals for a Firm Fixed Price contract for Hurricane Evacuation Buses (HURREX) and is designated as a 100% Small Business Set-aside under NAICS code 485510. The solicitation falls under the guidelines provided in the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Proposals must adhere to instructions set forth in FAR Part 12, and interested vendors must submit their proposals by 5 March 2025, with questions accepted until 24 February 2025. The evaluation will prioritize price and other non-price factors, with awards granted based on the most advantageous quote. Key contacts for further inquiries include Andrea Learn and Randy Wentworth from the Marine Corps. This solicitation underscores the federal government's commitment to engaging small businesses in essential service contracts during emergencies.
    The document outlines a Performance Work Statement (PWS) for a Hurricane Evacuation Service contract at Marine Corps Recruit Depot (MCRD) Parris Island, effective from January 2025. The contract is designed for an Indefinite Delivery Indefinite Quantity (IDIQ) format, focusing on transportation services during hurricane seasons, facilitating the evacuation of recruits to Albany, GA, and their safe return once conditions stabilize. Key components include requirements for non-personal services, comprehensive management of contractor personnel, and operational guidelines for shuttle services involving a fleet of environmentally controlled buses. The contractor must ensure timely mobilization of up to 180 buses within a 24-hour window upon evacuation notice, maintaining communication with the government regarding storm trajectories. Safety regulations demand the presence of Drill Instructors on each bus, adherence to legal requirements for drivers and vehicles, and effective quality management through a Quality Control Plan (QCP) and a Quality Assurance Surveillance Plan (QASP). The document emphasizes the contractor's accountability for mishap reporting and vehicle maintenance while maintaining alignment with federal and state regulations. This contract aims to deliver a reliable evacuation protocol, safeguarding personnel against hurricane threats while fulfilling logistical needs efficiently.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Charter Bus Services for U.S. Coast Guard with Force Readiness Command (FORCECOM)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Force Readiness Command (FORCECOM), is seeking qualified contractors to provide charter bus services for personnel transportation. The primary objective of this procurement is to ensure safe, reliable, and comfortable transportation between U.S. Coast Guard Training Centers in Cape May, NJ, and Yorktown, VA, as well as transfers to Richmond International Airport, accommodating 80-120 passengers per trip. This service is critical for maintaining operational readiness and supporting the movement of personnel, with a contract structured as a Fixed Price Indefinite-Delivery Requirements Contract for a base year and two optional years. Interested parties should contact Vicente Macho at vicente.m.macho@uscg.mil or Takira Floyd at takira.m.floyd@uscg.mil for further details.
    PI2045M Parris Island 3rd Battalion Pond Causeway Repair
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves roadway rehabilitation, the construction of new channels to replace existing culverts, and adherence to environmental regulations, with an estimated construction cost between $10 million and $25 million. The initiative is crucial for maintaining infrastructure integrity and operational readiness while ensuring compliance with environmental safety standards. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    USACE National Hurricane Program
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking to assess interest and capabilities among firms for the operation and maintenance of the HURREVAC hurricane evacuation management system, which is supported by FEMA. The primary objectives include ensuring real-time tracking and support for emergency management during tropical events, maintaining system performance with a 99% uptime goal during hurricane season, and providing user support for over 35,000 government users. This initiative is crucial for effective emergency management and coordination during hurricanes, emphasizing the importance of input from small businesses and socio-economically diverse entities to enhance competition. Interested parties must submit their company details, capabilities, and relevant past project experience by March 10, 2025, and can contact Sharon Alexander at sharon.l.alexander@usace.army.mil or 410-962-0191 for further information.
    NSWC IHD Bus Service
    Buyer not available
    The Department of Defense, through the NSWC Indian Head Division, is seeking information from potential contractors for bus services under a Sources Sought notice. This opportunity aims to gather details regarding contractors' business classifications and bonding capabilities, specifically within the Charter Bus Industry (NAICS Code 485510). The services are crucial for transportation needs related to defense operations, ensuring reliable and compliant travel solutions. Interested contractors should complete the Contractor Information Form and provide their business details, bonding capacity, and classifications by contacting Kara Walter at kara.k.walter.civ@us.navy.mil or Jeremy Taylor at jeremy.g.taylor2.civ@us.navy.mil for further information.
    Multiple Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Base-wide Multiple Services contract at Marine Corps Base Camp Lejeune, North Carolina. This procurement aims to secure comprehensive facilities support services, including maintenance and management tasks, under a combination Firm-Fixed Price and Indefinite Delivery Indefinite Quantity (IDIQ) contract structure, with a base period of one year and four optional years. The services are critical for ensuring operational readiness and compliance with safety standards across military facilities, reflecting the government's commitment to maintaining high-quality infrastructure. Interested small businesses must submit their proposals by March 10, 2025, to Donna Mason at NAVFAC MIDLANT ROICC, with a site visit scheduled for February 13, 2025, to facilitate understanding of the requirements.
    Layberthing for up to three (3) CAPE S class RRF vessels, CAPE SABLE, CAPE SAN JUAN, CAPE STARR on the U.S. East, Gulf, or West Coast.
    Buyer not available
    The Department of Transportation's Maritime Administration (MARAD) is soliciting proposals for long-term layberthing services for three Reserve Fleet vessels: CAPE SABLE, CAPE SAN JUAN, and CAPE STARR, located on the U.S. East, Gulf, or West Coast. The procurement aims to secure essential services including per diem berthage, security, electrical, water, and sewage services, along with various cycle connections and disconnections for the vessels, over a contract period from March 18, 2025, through March 17, 2035, with options for extensions. This initiative is crucial for maintaining operational readiness and safety in U.S. maritime services, while also encouraging participation from diverse business categories such as HubZone, service-disabled veteran-owned, and women-owned small businesses. Interested contractors can reach out to Henry H. Puppe at henry.puppe@dot.gov or call 202-493-8977 for further details.
    W912HP25R3000, Marine Forces Reserves (MARFORRES), Preventative Maintenance/Facility Investment Services, Gulf Coast Region, Pre-Solicitation Notice
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Charleston, is seeking proposals for preventative maintenance and facility investment services for the Marine Forces Reserves (MARFORRES) in the Gulf Coast region. This procurement is aimed at ensuring the upkeep and enhancement of facilities, which are critical for operational readiness and efficiency. The contract is set aside for small businesses, aligning with the SBA's Total Small Business Set-Aside guidelines, and falls under the NAICS code 561210 for Facilities Support Services. Interested vendors can reach out to Walter Gordon at WALTER.L.GORDON@USACE.ARMY.MIL or call 843-329-8157 for further details.
    Port of Gulfport S&RTS
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide Stevedoring and Related Terminal Services (S&RTS) at the Port of Gulfport, Mississippi, from June 1, 2025, to May 31, 2030, with an option for a six-month extension. Contractors will be responsible for loading and unloading military cargo, managing terminal operations, and ensuring compliance with safety and security protocols, while adhering to various federal regulations and guidelines. This contract is crucial for supporting U.S. military logistics and operational readiness, emphasizing opportunities for small businesses and service-disabled veteran-owned enterprises. Interested parties should contact Casey D. Schuette at casey.d.schuette.civ@mail.mil or Douglas Otten at douglas.d.otten.civ@mail.mil, with proposals due by March 17, 2025.
    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.
    Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II)
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard (USCG), is seeking proposals for the Special Purpose Craft - Heavy Weather 2nd Generation (SPC-HWX II), aimed at enhancing maritime operational capabilities under extreme weather conditions. The procurement involves the design, construction, testing, and delivery of specialized boats that will be utilized for search and rescue missions, law enforcement, and environmental protection, with specific requirements for durability and functionality in heavy seas. Interested contractors must adhere to detailed specifications outlined in the RFP, including an 18-month delivery timeline for the first vessel, and are encouraged to submit their proposals by the specified deadlines. For further inquiries, potential bidders can contact William E. Lewis at William.E.Lewis3@uscg.mil or Joel Gibney at Joel.M.Gibney@uscg.mil.