This document addresses questions and government responses related to a new solicitation for travel support services. Key inquiries cover the applicability of CMMC regulations (not applicable), the non-extension of the proposal due date, and the inclusion of CBA requirements (yes). Offerors inquired about using previously submitted Past Performance Questionnaires (PPQs) or alternative documentation due to furloughs, but the government requires new submissions and will not adjust the evaluation process. The historical staffing of 1 Program Manager and 15 Travel Processors is confirmed, though resumes/letters of commitment are not required. Processing time standards (RAT, EDT, PCS) represent total elapsed time, and a single processor handles 15+ concurrent transactions. The solicitation is new due to significant PWS changes, and the incumbent is COMMITPOINT, Inc.
This government solicitation (HE125426RE001) is for Women-Owned Small Business (WOSB) contractors to provide travel support services for the DOD Education Activity. The contract has an estimated total award amount of $32,500,000.00 and a North American Industry Classification Standard (NAICS) code of 561599. The period of performance spans from November 30, 2025, to December 29, 2030, including option years. The solicitation details the scope of work, including phase-in and ongoing travel support services, which are firm-fixed-price. Key clauses include those related to combating human trafficking, prohibitions on Kaspersky Lab and ByteDance (TikTok) products, and instructions for electronic invoicing via Wide Area WorkFlow (WAWF). The document also outlines requirements for small business set-asides and includes provisions for extending services and contract terms. Offers are due by October 29, 2025, at 11:00 AM local time.
This document is Amendment/Modification 0001 to Solicitation Number HE125426RE001, issued by the DOD Education Activity on October 24, 2025. The purpose of this amendment is to provide the Government's responses to questions received regarding the solicitation. This modification does not extend the offer period and requires offerors to acknowledge receipt of the amendment via specified methods to avoid rejection of their offers. It also outlines procedures for changing already submitted offers. The amendment, referencing document "26RE001_Questions_Response_10.24.25," is signed by ShaHannah Brown, the Contracting Officer, on the same date.
Solicitation Amendment HE125426RE0010002 modifies an existing solicitation for Travel Support Services. Issued by the DOD Education Activity, this amendment, effective October 24, 2025, updates several key attachments including the Performance Work Statement (PWS), the addendum to FAR 52.212-1, and the evaluation criteria (FAR 52.212-2). Additionally, it revises the CLIN descriptions in Section B of the solicitation. Specifically, the amendment changes the scope of travel support services from PWS section 2.1.1 through 2.1.5 to PWS section 2.1.1 through 2.1.6 for both the initial contract line item 0002 and all option line items (1001, 2001, 3001, 4001).
The Department of Defense Education Activity (DoDEA) seeks contractor support for its Travel Support Services, focusing on Renewal Agreement Travel (RAT), Educational Travel (EDT), Permanent Change of Station (PCS) processing, Defense Finance and Accounting Service (DFAS) support, Dormant Account Review-Quarterly (DAR-Q), and Centrally Billed Account (CBA) reconciliation. The contractor will manage approximately 10,000 RAT, 2,000 EDT, and 5,000 PCS authorizations and vouchers annually, ensuring accuracy, timeliness, and compliance with federal travel regulations. Key responsibilities include eligibility verification, authorization creation, voucher processing, customer support, and maintaining audit-ready records. The contract also requires robust phase-in/phase-out planning, adherence to strict security requirements, and the provision of qualified personnel, including a Program Manager and Travel Processors. All work will be performed at the contractor's facility, with Government-Furnished Equipment (laptops) provided for official use.
The Department of Defense Education Activity (DoDEA) seeks contractor support for its overseas travel program, managing Renewal Agreement Travel (RAT), Educational Travel (EDT), and Permanent Change of Station (PCS) for approximately 6,000 employees and their dependents. The contractor will process travel authorizations and vouchers, reconcile Centrally Billed Accounts, and provide Defense Finance and Accounting Service (DFAS) support. Key tasks include processing 10,000 RAT, 2,000 EDT, and 5,000 PCS transactions annually, ensuring compliance with Joint Travel Regulations and DoDEA policies. The contractor will also conduct quarterly Dormant Account Reviews for about 3,000 records, manage system issues, provide customer support, and maintain audit-ready documentation. The work will be performed at the contractor's facility, requiring personnel with government travel regulation and Defense Travel System expertise, and security clearances.
This document, Attachment Two (2) ADDENDUM to FAR 52.212-1, outlines instructions for offerors submitting proposals for a firm fixed-price contract. Proposals are due by October 29, 2025, at 11:00 am EST and must be emailed to Ms. ShaHannah Brown and Ms. Jerri Newton. Key requirements include careful review of the solicitation, providing convincing rationale rather than simple compliance statements, and submitting questions in writing by October 23, 2025. Offerors must be registered in SAM, and this acquisition is set aside for 8(a) certified vendors. Proposals must adhere to specific formatting (Times New Roman 12-point font, 8 ½” by 11” paper) and page limitations across four volumes: Administrative Cover Letter (3 pages), Technical Capability (50 pages), Past Performance (3 pages per reference), and Price Proposal (no limit). Past performance references must be recent (within 3 years), relevant in scope and magnitude, and include completed questionnaires submitted directly to the government by the closing date.
This document outlines instructions for offerors submitting proposals for a firm fixed price contract, specifically targeting 8(a) certified vendors. Key dates include an October 23, 2025, 2:00 PM EST deadline for written questions and an October 29, 2025, 11:00 AM EST proposal submission deadline. Proposals must be emailed to Ms. ShaHannah Brown and Ms. Jerri Newton. Offerors must be registered with SAM, acknowledge solicitation amendments, and adhere to strict formatting and page limitations for their proposals, which consist of an Administrative Cover Letter, Technical Capability, Past Performance, and Price Proposal. Past performance references must be recent (within three years) and relevant in scope and magnitude, with specific details required for each reference. Pricing proposals must be submitted in Excel, covering a base year and four option years, and remain valid for 120 days.
This document outlines the evaluation criteria for a firm-fixed-price contract award, emphasizing a best value trade-off approach. Proposals will be assessed on three factors: Technical Capability, Past Performance, and Price. Technical Capability (Factor 1), covering Travel Support Services, is slightly more important than Past Performance (Factor 2). Both combined are significantly more important than Price (Factor 3). Factor 1 evaluates understanding and capability through a rating system from Outstanding to Unacceptable. Factor 2 assesses recent (within three years) and relevant past performance, considering scope and magnitude, using sources like CPARS and FAPIIS, and assigning confidence ratings from Substantial to No Confidence. Factor 3 evaluates price reasonableness and completeness. The government reserves the right to award without discussions, urging offerors to submit their best initial proposals.
This government file outlines the evaluation criteria for a firm-fixed-price contract awarded using best value trade-off procedures, emphasizing technical capability and past performance over price. Proposals will be assessed on three factors: Technical Capability (Factor 1), Past Performance (Factor 2), and Price (Factor 3). Factor 1, Technical Capability, is slightly more important than Factor 2, Past Performance, and these two factors combined are significantly more important than Factor 3, Price. Technical Capability will be rated on understanding and ability to perform tasks, with ratings from Outstanding to Unacceptable. Past Performance will evaluate recent and relevant contract history, considering factors like recency (within three years) and relevancy, leading to confidence ratings from Substantial to No Confidence. Price will be evaluated for reasonableness and completeness. The government reserves the right to award without discussion, encouraging thorough initial proposals.
The Department of Defense Education Activity (DoDEA) requires offerors for travel support services to complete a Past Performance Questionnaire (PPQ). This document, titled "Past Performance Questionnaire (PPQ) DoDEA Travel Support Services," outlines the process for offerors to provide contractor and reference information, detailing work performed and contract specifics. The offeror's customer then evaluates performance across six key areas, including compliance with schedules, business practices, conformity to contract requirements, overall compliance, cooperative behavior, and overall performance, using a rating scale from "Poor/Unsatisfactory" to "Excellent," with an option for "Neutral/N/A." The questionnaire also asks if the customer would rehire the contractor and provides space for additional comments. Completed PPQs are to be submitted via email to Ms. ShaHannah Brown, Contract Specialist, and Ms. Jerri Newton, Contracting Officer, to assess the offeror's past performance and suitability for the DoDEA Travel Support Services contract.