DoDEA Travel Support
ID: HE125426RE001RMTType: Solicitation
Overview

Buyer

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

NAICS

All Other Travel Arrangement and Reservation Services (561599)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- OTHER: OTHER (V999)

Set Aside

8a Competed (8A)
Timeline
    Description

    The Department of Defense Education Activity (DoDEA) is seeking qualified contractors to provide comprehensive travel support services, including Renewal Agreement Travel (RAT), Educational Travel (EDT), and Permanent Change of Station (PCS) processing. The contractor will be responsible for managing approximately 10,000 RAT, 2,000 EDT, and 5,000 PCS authorizations and vouchers annually, ensuring compliance with federal travel regulations and maintaining audit-ready documentation. This contract, valued at an estimated $32.5 million, is set aside for 8(a) certified vendors, with proposals due by October 29, 2025, at 11:00 AM EST. Interested parties should direct inquiries to ShaHannah Brown or Jerri Newton via email for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    Lifecycle
    Title
    Type
    DoDEA Travel Support
    Currently viewing
    Solicitation
    Similar Opportunities
    Student Transportation Services to the Fort Knox, Kentucky Military Community.
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services for the Fort Knox, Kentucky Military Community under Request for Proposal (RFP) HE125426RE006. The procurement aims to provide safe and efficient transportation for over 67,000 children of military and DoD civilian families, encompassing daily commutes, special needs transportation, and curricular/co-curricular activities. This contract is a 100% Small Business set-aside, with a minimum guaranteed contract value of $2,500.00, and proposals are due by 12:00 PM EST on January 23, 2026. Interested offerors must submit a completed Non-Disclosure Agreement by January 16, 2026, to receive the Route List and direct any questions by December 12, 2025, to the designated contacts, Esther Yi and Batsaikhan Usukh, via email.
    CCSR Summative and Interim Assessment Test Packages for ELA/Literacy and Mathematics
    Buyer not available
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for the CCSR Summative and Interim Assessment Test Packages for English Language Arts/Literacy and Mathematics. This procurement aims to fulfill the educational assessment needs of DoDEA, with a total estimated contract value of $1,892,252.25, covering a one-year base period and four additional one-year options. The selected vendor will be responsible for providing comprehensive assessment packages that align with DoDEA's educational standards. Interested parties are encouraged to submit evidence demonstrating their capability to meet these requirements, and all inquiries should be directed to Krista Chamberlain via email at krista.chamberlain@dodea.edu, with the subject line indicating the specific opportunity.
    Student Transportation Services to Ft. Campbell Military Community, KY
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services at Fort Campbell, Kentucky, under solicitation number HE125426RE005. The procurement aims to provide comprehensive transportation solutions for daily commutes, special education needs, curricular and co-curricular activities, and JROTC programs, with a focus on safety and compliance with federal and state regulations. This opportunity is a 100% Small Business set-aside, with a NAICS code of 485410 and a size standard of $30 million, emphasizing the importance of reliable transportation for the military community's educational needs. Interested offerors must submit a completed Non-Disclosure Agreement by January 5, 2026, and proposals are due by January 12, 2026, with inquiries accepted until November 24, 2025. For further details, contact Esther Yi at esther.yi@dodea.edu or Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    DoDEA Daily Commute Student Transportation Services to the Hohenfels Military Community, Germany
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is conducting market research to identify qualified companies capable of providing daily commute student transportation services for the Hohenfels Military Community in Germany, with services anticipated to commence on August 1, 2026. The procurement encompasses full transportation services, including personnel, supervision, supplies, and equipment, adhering to DoDEA and Host Nation requirements, with a strong emphasis on safety, efficiency, and rigorous contract management. Interested vendors must submit a statement of interest, a capability statement (maximum of three pages), and a non-binding Rough Order of Magnitude (ROM) cost estimate by 11:00 AM EST on November 17, 2025, to Esther.Yi@dodea.edu, including “HE125426REHOHENFELS” in the subject line. Respondents must also be registered in the System for Award Management (SAM) database to be eligible for any resultant contracts.
    Membership in an English Language Proficiency Comprehensive Assessment Consortium
    Buyer not available
    The Department of Defense Education Activity (DoDEA) intends to award a sole source Firm-Fixed Price (FFP) contract for membership in an English Language Proficiency Comprehensive Assessment Consortium. This contract, valued at approximately $1,990,320, will cover a one-year base period with four additional one-year options, aimed at enhancing the assessment of English language proficiency among students. The Government's decision to pursue a sole source contract is based on the unique capabilities required, and interested vendors must provide clear evidence of their ability to meet these needs. Questions regarding this opportunity should be directed to Contract Specialist Krista Chamberlain at krista.chamberlain@dodea.edu, with responses due by the specified deadlines.
    DoDEA - Substitute Caller Automation Software
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for a Substitute Caller Automation Software solution aimed at enhancing the efficiency of assigning substitute personnel across its schools in the Southeast and Mid-Atlantic districts. This initiative seeks to streamline operations, reduce administrative burdens, and ensure timely communication with substitutes, with a total estimated contract value of $34 million over a base year and three option years. The software will feature dynamic matching capabilities, multi-channel communication, and robust analytics, with performance metrics including substitute fill rates and user adoption. Proposals must be submitted via email by 12:00 p.m. EDT on December 15, 2025, with inquiries directed to Kevin Gomez at kevin.gomez@dodea.edu or John Myers at john.o.myers@dodea.edu.
    DoDEA - Europe Football Helmet and Shoulder Pad Reconditioning
    Buyer not available
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for the reconditioning of football helmets and shoulder pads, aimed at ensuring the safety of student athletes in Europe. The contract will cover comprehensive services including inspection, cleaning, sanitizing, and replacement of parts, adhering to National Operating Committee Standards for Athletic Equipment (NOCSAE) certification. This indefinite-quantity contract is set aside for Women-Owned Small Businesses (WOSB) and includes options for up to five additional years, with proposals due by 12:00 p.m. EDT on December 15, 2025. Interested vendors should contact Ms. Adwoa Essel-Akoli or Mr. John Myers for further details and clarification on the solicitation requirements.
    DoD BUS CARRIER APPROVAL By DTMO
    Buyer not available
    The Department of Defense, through the Defense Travel Management Office (DTMO), is announcing a special notice regarding the upcoming solicitation for bus and van services at Joint Base San Antonio (JBSA), anticipated to be released around January 2026. The 502d Contracting Squadron is seeking contractors to provide non-personal transportation services that support the operational needs of JBSA Lackland and Fort Sam Houston, including contingency transportation, while ensuring compliance with government scheduling and cleanliness standards. To be eligible for this contract, potential offerors must be Approved DoD Bus Carriers by the DTMO at the time of proposal submission and must hold the necessary Texas licenses and Class B commercial driver's licenses with passenger endorsements. Interested parties should reach out to Barbara A. Jewett at barbara.jewett.1@us.af.mil or 210-652-5454, or Ericka L. McGlone at ericka.mcglone@us.af.mil or 210-652-8586 for further inquiries, noting that this notice is not a solicitation for proposals at this time.
    S&RTS - Ports of Virginia
    Buyer not available
    The United States Transportation Command (USTRANSCOM) is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Virginia, specifically targeting Women-Owned Small Businesses (WOSB). The contract will encompass the management of military cargo, including containers, vehicles, and aircraft, through various ports in Virginia, requiring comprehensive stevedoring, longshoring, and cargo management services. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract is valued at approximately $47 million, with a five-year ordering period from February 21, 2026, to February 20, 2031, and proposals are due by December 18, 2025, at 10:00 AM Central Time. Interested parties should direct inquiries to Douglas Otten or Katherine Alexander via their provided email addresses.
    S&RTS Philippines
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking to increase the ceiling on the existing contract for transportation services in the Philippines, raising it from $925,318.86 to $1,925,318.86 due to unforeseen requirements. This adjustment reflects the critical need for stevedoring and related transportation services, which are essential for the effective movement and relocation of military personnel and cargo. The contract modification is significant for maintaining operational readiness and supporting U.S. military operations in the region. Interested parties can reach out to Elizabeth L. Holten at elizabeth.l.holten.civ@mail.mil or Carrie E Yearian at carrie.e.yearian.civ@mail.mil for further details regarding this opportunity.