This government file, Wage Determination No. 2015-4675 Revision No. 26, outlines wage rates and benefits for service contract employees in specific counties of Kentucky and Tennessee, effective July 8, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on contract award dates, and specifies annually adjusted rates. The document lists numerous occupations, from administrative to technical roles, with corresponding hourly wages. It also details fringe benefits including health and welfare ($5.55/hour or $5.09/hour for EO 13706 covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. Special provisions cover computer employees, air traffic controllers, weather observers, hazardous pay differentials (4-8%), and uniform allowances. The conformance process for unlisted job classifications is also explained, emphasizing proper classification and wage rate determination.
The Department of Defense Education Activity (DoDEA) has issued Amendment 0001 to solicitation HE125426RE005 for Ft. Campbell Student Transportation Services. This amendment adds Attachment 8_Wage Determination and updates General Instructions in FAR 52.212-1 Addendum, with all other terms remaining unchanged. This RFP is a 100% Small Business set-aside (NAICS 485410, size standard $30.0M) for commercial services including daily commute, special education, curricular, co-curricular, JROTC, and Extended School Year (ESY) transportation. The contract includes a base year, four option years, and a FAR 52.217-8 option to extend services. Proposals are due by 12:00 p.m. EST on January 12, 2026, and must be emailed to Esther Yi and Batsaikhan Usukh. Offerors must submit a completed Attachment 7,
This Performance Work Statement (PWS) outlines the requirements for student transportation services for Fort Campbell Community Schools, overseen by the Department of Defense Education Activity (DoDEA). The contractor must provide all vehicles, equipment, and personnel, prioritizing student safety and adhering to federal, state, and military regulations. Key responsibilities include program management, daily commute services, specialized transportation for students with special needs (SPED), and scheduled curricular and co-curricular trips. The PWS also details standards for vehicle inspection, readiness, cleanliness, and procedures for accident and incident reporting. Safety attendants are mandated for younger students and SPED services. The contractor must maintain clear communication channels and comply with strict operational and safety protocols.
This document is Amendment 0002 to Solicitation HE125426RE005 for Ft. Campbell Student Transportation Services, issued by the Department of Defense Education Activity. The amendment provides responses to potential offeror questions, updates several FAR clauses (52.212-1, 52.212-2, 52.216-22), revises CLIN descriptions for X0001 and X0002, removes Enclosure 4, updates other enclosures (now totaling 7 documents, with a revised Enclosure 3), highlights changes in the Performance Work Statement (PWS), and updates various FAR and DFARS clauses. This is a 100% Small Business set-aside Request for Proposal (RFP) with NAICS code 485410 and a $30.0M size standard. The solicitation details requirements for daily commute, special education (SPED), curricular, co-curricular, JROTC, and Extended School Year (ESY) student transportation services for a base year, four option years, and an option to extend services (FAR 52.217-8). Proposals are due via email by 12:00 PM EST on January 12, 2026, to the Contracting Officer, Esther Yi (esther.yi@dodea.edu), and Contract Specialist, Batsaikhan Usukh (batsaikhan.usukh@dodea.edu). Questions must be submitted by 12:00 PM EST on November 24, 2025. Offerors must submit a completed Attachment 7, a Non-Disclosure Agreement, to receive Attachment 7(a), the
The provided document, "Enclosure 3: Letter of Commitment," is a critical component of Solicitation Number HE125426RE005 for the Department of Defense Education Activity (DoDEA) Student Transportation Services (STS) at Ft. Campbell, Kentucky. This letter serves as a formal commitment from a subcontractor or partner company, pledging to perform the required work if the prime offeror is awarded the contract. The document emphasizes its status as Controlled Unclassified Information (CUI) and Source Selection Information, highlighting its sensitive nature within the procurement process. It requires the subcontractor/partner's representative name, title, and signature to validate their commitment, ensuring that all parties involved are officially recognized and bound to their roles in the federal government RFP for transportation services.
This document, "Enclosure 4: FAR 42.15 – CPARS Form," outlines the requirements for contractor participation in the Contractor Performance Assessment Reporting System (CPARS) for the DoDEA Procurement Transportation Division. Contractors must designate a representative to receive, review, and comment on performance assessments electronically within 30 days. Meetings to discuss evaluations can be requested in writing within seven days of receipt. The document also specifies the necessary hardware and software, including supported internet browsers and Adobe Acrobat Reader, for accessing CPARS Online. Contact information for technical support is provided. This enclosure is crucial for ensuring proper contractor performance evaluation and compliance within federal government procurement processes.
The document 52.204-26, "Covered Telecommunications Equipment or Services--Representation (OCT 2020)," is a crucial provision for federal government solicitations, grants, and RFPs. It mandates offerors to represent whether they provide or use "covered telecommunications equipment or services" as defined in clause 52.204-25. The procedure requires offerors to review the System for Award Management (SAM) for entities excluded due to such equipment or services. This provision ensures compliance with federal regulations aimed at prohibiting contracting with entities that use or provide specific telecommunications equipment or services deemed a national security risk. Offerors must complete a representation after a reasonable inquiry, affirming their compliance. This document is categorized as Controlled Unclassified Information (CUI) and Source Selection Information.
Enclosure 6 to Attachment 6 outlines federal acquisition regulations (FAR) concerning telecommunications and video surveillance services or equipment, specifically FAR 52.204-24. This document, intended for contractors, details the prohibition on government agencies from procuring or extending contracts for systems that use 'covered telecommunications equipment or services' as a substantial component or critical technology. This prohibition stems from Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Contractors must represent whether they will or will not provide such equipment or services to the Government, and whether they use such equipment or services. If they will provide or use these services, detailed disclosures are required, including information about the entity that produced the equipment, a description of the equipment or services, and an explanation of its proposed use. The document also directs offerors to check the System for Award Management (SAM) for excluded parties. Importantly, contractors are advised not to complete the representation at paragraph (d)(1) of the provision if they have already stated in other provisions (like 52.204-26 or 52.212-3) that they do not provide or use covered telecommunications equipment or services.
Enclosure 7 to Attachment 6, titled "Representation Of Use Of Cloud Computing," is a crucial document within federal government RFPs, specifically for the DoDEA Procurement Transportation Division. Its primary purpose is to ascertain whether an offeror anticipates utilizing cloud computing services for any contract or subcontract resulting from the solicitation. The document defines cloud computing, encompassing various commercial terms like on-demand self-service, broad network access, resource pooling, rapid elasticity, and measured service, as well as commercial offerings such as software-as-a-service, infrastructure-as-a-service, and platform-as-a-service. Offerors are required to indicate their intent regarding cloud computing usage, which is essential for compliance and source selection given its classification as Controlled Unclassified Information (CUI) and Source Selection Information under FAR 2.101 and 3.104.
This document addresses questions and answers for RFP HE125426RE005, regarding Student Transportation Services (STS) for the Ft. Campbell Military Community. Key points clarify that there is no Collective Bargaining Agreement, and the contract is a recompete with an incumbent (HE125421D2009). The RFP allows providers utilizing vans and sedans, with evaluation based on meeting all solicitation requirements. Updates were made to CLIN descriptions regarding seating capacity and mileage estimates for various transportation services. The government confirmed that values can be inserted into Attachment 2, Cell C22 and C24, and the minimum estimated Safety Attendants in Attachment 7(a) has been updated to 14. Information on school start/end times and current routes is available in the PWS and Attachment 7(a). The document also clarifies responsibilities for overnight trip expenses and details regarding the bus facility (office, parking, and indoor maintenance facility are on the same lot, and the fuel tank is contractor-owned). Communication devices are clarified to be “hands-free or mounted.” The government declined to remove the requirement for prime contractors to demonstrate past performance, citing market research and established evaluation guidelines.
The Department of Defense Education Activity (DoDEA) requires student transportation services for Fort Campbell Community Schools. This Performance Work Statement (PWS) outlines the need for safe, efficient, and compliant transportation, including daily commutes, special needs services, and scheduled curricular/co-curricular trips. The contractor must provide all vehicles, equipment, and personnel (drivers, safety aides, contract managers) and adhere to DoDEA, federal, and state regulations. Key responsibilities include program management, route establishment, real-time schedule adjustments, student identification and management, communication protocols, vehicle maintenance, and accident/incident reporting. Special emphasis is placed on safety, vehicle inspections, cleanliness, and emergency procedures, with strict guidelines for handling students with special needs and ensuring secure operations.
Solicitation HE125426RE005 outlines the technical approach requirements for staffing and vehicle capabilities in student transportation services. Offerors must complete all yellow-highlighted,
Attachment 3, Volume II – Past Performance, outlines the requirements for submitting past performance information for the Student Transportation Services for Ft. Campbell, Kentucky solicitation (HE125426RE005). Offerors must submit Attachment 3 with no more than three recent contract references, which can include prime, subcontractors, or teaming partners. If an Offeror has no past performance, they must submit a statement indicating its unavailability. The Prime Offeror must provide at least one past performance reference where they served as the Prime Contractor or Subcontractor/Teaming Partner. For subcontracting/teaming arrangements, the Prime Offeror must provide past performance for at least one subcontractor, along with written consent and a description of roles, responsibilities, work percentage, and resources. A “Neutral” rating will be assigned if these requirements are not met. References must be recent (within three years of solicitation close) and relevant in scope (student transportation), magnitude of effort, and complexity, including factors like managing personnel, incident reporting, vehicle maintenance, and communication. The document specifies the format for submitting reference information, including contract details, customer contacts, and descriptions of relevancy in scope, magnitude (e.g., number of buses), and complexity.
The SOLICITATION HE125426RE005 outlines a request for proposal (RFP) from the DoDEA Americas Southeast District for Fort Campbell Daily Commute & Special Needs Transportation Services. The document details the transportation requirements for Fort Campbell students, covering a base year (SY 2026-2027) and four option years (SY 2027-2028 to SY 2030-2031), plus an additional six-month extension option under FAR 52.217-8. Services include daily commute transportation for varying ridership levels, safety attendants, special education (SPED) transportation with safety aides and transition services, curricular and co-curricular transportation (on and off-post), career practicum and athletic activity buses, overnight activities travel, JROTC transportation (on and off-post), and Extended School Year (ESY) transportation. The RFP itemizes specific quantities for each service type per period, indicating that pricing details were to be provided by proposing entities.
The document outlines the essential requirements for offerors submitting proposals for government contracts, emphasizing the need for accurate and active registration in the System for Award Management (SAM) by the proposal due date. It details a list of minimally required representations and certifications, including specific FAR clauses related to responsibility matters, trafficking in persons, and telecommunications equipment, as well as a Letter of Commitment and CPARS Form. Additionally, the document requests supplementary documentation to support responsibility determinations, such as Dunn and Bradstreet Risk Assessments, letters from financial institutions demonstrating solvency, and records indicating quality performance, integrity, business ethics, or necessary facility capital and skills. The file is identified as containing Controlled Unclassified Information (CUI) and Source Selection Information.
The Department of Defense Education Activity (DoDEA) Non-Disclosure Agreement (Attachment 7) is a critical document for RFP Number HE125426RE005. It mandates that signatories, including companies and individuals, will not disclose information from Attachment 7(a), 'Route List,' and Attachment 7(b), 'Commuting Zone/Map,' except as necessary. This agreement emphasizes the confidential nature of the information, categorizing it as Controlled Unclassified Information (CUI) and Source Selection Information, as per FAR 2.101 and 3.104. By signing, individuals certify they have read, understood, and agree to the terms, affirming the truthfulness of their statements. This document is essential for maintaining the integrity and confidentiality of the source selection process within government contracting.
The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services at Ft. Campbell, under solicitation HE125426RE005. This Request for Proposal (RFP) is a 100% Small Business set-aside with NAICS code 485410 and a $30.0M size standard. Interested offerors must submit a completed Non-Disclosure Agreement (Attachment 7) to Contracting Officer Esther Yi (esther.yi@dodea.edu) and Contract Specialist Batsaikhan Usukh (batsaikhan.usukh@dodea.edu) by 12:00 PM EST, January 5, 2026, to receive the restricted Route List (Attachment 7a) and be eligible for award. Questions regarding the solicitation must be submitted by 12:00 PM EST, November 24, 2025. Proposals are due by 12:00 PM EST, January 12, 2026, to the same contacts. Proposals must be virus-free, legible, and under 10 MB per email.
This government file, Enclosure 2: 52.212-3 Alt 1 (Feb 2024), outlines the "Offeror Representations and Certifications—Commercial Products and Commercial Services (MAR 2025) (DEVIATION 2025-O0003 and 2025-O0004)" for federal government solicitations. It details various certifications and representations that offerors must complete as part of their proposals, covering aspects such as business size (small, veteran-owned, service-disabled veteran-owned, women-owned, HUBZone, small disadvantaged), compliance with federal laws (e.g., Buy American Act, Trade Agreements Act, Payments to Influence Federal Transactions), and ethical conduct (e.g., responsibility matters, child labor, restricted business operations in Sudan and Iran, prohibition on contracting with inverted domestic corporations, and confidentiality agreements). The document also includes definitions for key terms and specifies that offerors can either complete annual representations electronically in SAM or provide specific certifications within the proposal. The purpose is to ensure offerors meet eligibility criteria and comply with federal regulations when seeking government contracts.
The document "HE125426RE005 Enclosure 3: 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan" is a mandatory certification for offerors (contractors) in federal government procurements, specifically for the DoDEA Procurement Transportation Division. It requires the offeror to certify that they have implemented a compliance plan to prevent prohibited activities related to trafficking in persons, as defined in FAR 52.222-50. This plan must also include provisions to monitor, detect, and terminate subcontracts with entities engaging in such activities. Furthermore, the offeror must attest, based on due diligence, that neither they nor their proposed agents or subcontractors are involved in these activities. If abuses have been found, the offeror or subcontractor must certify that appropriate remedial and referral actions have been taken. This document is classified as Controlled Unclassified Information (CUI) and Source Selection Information.
Enclosure 4 to Attachment 6 is a Letter of Commitment for Solicitation HE125426RE005, concerning the Department of Defense Education Activity (DoDEA) Student Transportation Services (STS) for Ft. Campbell, Kentucky. This document, classified as Controlled Unclassified Information (CUI) and Source Selection Information, requires an offeror or subcontractor to commit to performing the work if awarded the contract. It includes fields for the company's name and address, date, and signatures of authorized representatives, confirming their intent to fulfill the solicitation's requirements.
The DoDEA Procurement Transportation Division's Enclosure 5 outlines the requirements for the Contractor Performance Assessment Reporting System (CPARS). Contractors must designate a representative to receive electronic performance assessments, review them, and provide comments within 30 days. Meetings to discuss evaluations must be requested in writing within seven calendar days of receipt. The document also specifies hardware and software requirements for accessing CPARS Online, including supported web browsers (Internet Explorer, Chrome, Firefox, Safari) and the Adobe Acrobat Reader for viewing PDF attachments. Technical support contact information is provided for assistance with CPARS. This enclosure is critical for contractors involved in federal procurement, ensuring they understand their responsibilities for performance assessment and system access.
The document, "COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES--REPRESENTATION (OCT 2020)" (FAR 52.204-26), is a mandatory federal government provision requiring offerors to disclose their involvement with covered telecommunications equipment or services. This provision is crucial for federal RFPs, grants, and state/local RFPs that receive federal funding, ensuring compliance with supply chain security regulations. Offerors must confirm, after a reasonable inquiry and review of the System for Award Management (SAM) excluded parties list, whether they provide or use such equipment or services in their offerings to the Government. The document includes representation clauses for contractors to affirm their compliance, emphasizing the importance of identifying and mitigating risks associated with prohibited telecommunications technologies. This is essential for maintaining national security and supply chain integrity in government contracts.
Enclosure 7 to Attachment 6, titled "Offeror Reps and Certs," addresses Federal Acquisition Regulation (FAR) provision 52.204-24 concerning telecommunications and video surveillance services or equipment. This document is critical for government contractors as it outlines prohibitions and disclosure requirements related to "covered telecommunications equipment or services." Specifically, it refers to sections of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, which restricts executive agencies from procuring or contracting with entities that use such equipment or services as substantial or essential components. Offerors must review the System for Award Management (SAM) for excluded parties and make representations regarding their provision or use of covered equipment/services. If an offeror indicates they "will" provide or "does" use these services/equipment, they must provide detailed disclosures, including information about the entity that produced the equipment, a description of the equipment/services, and an explanation of their proposed use. The document stresses the importance of not completing the representation at paragraph (d)(1) or (d)(2) if the offeror has already certified non-provision or non-use in other relevant FAR provisions (52.204-26 or 52.212-3).
Enclosure 8 to Attachment 6, titled "Representation Of Use Of Cloud Computing," is a Controlled Unclassified Information (CUI) document from the DoDEA Procurement Transportation Division. It is intended for offerors responding to a solicitation and requires them to indicate whether they anticipate using cloud computing services in the performance of any resulting contract or subcontract. The document defines "cloud computing" broadly, encompassing on-demand network access, shared configurable computing resources, and commercial offerings like software-as-a-service, infrastructure-as-a-service, and platform-as-a-service. Offerors must check a box to confirm if they "do anticipate" or "do not anticipate" using these services. This enclosure ensures that the government is aware of an offeror's intent regarding cloud technology usage for contracting purposes, adhering to Source Selection Information guidelines under FAR 2.101 and 3.104.