Student Transportation Services to Ft. Campbell Military Community, KY
ID: HE125426RE005Type: Combined Synopsis/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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services at Fort Campbell, Kentucky, under solicitation number HE125426RE005. The procurement is a 100% Small Business set-aside, requiring contractors to provide safe and efficient transportation for daily commutes, special education needs, and various curricular and co-curricular activities, including JROTC and Extended School Year services. This contract encompasses a base year and four option years, with an option to extend services, emphasizing compliance with federal, state, and military regulations. Interested offerors must submit a completed Non-Disclosure Agreement by January 5, 2026, and proposals are due by January 12, 2026, with all submissions directed to Contracting Officer Esther Yi at esther.yi@dodea.edu and Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Defense Education Activity (DoDEA) has issued RFP HE125426RE005 for Ft. Campbell Student Transportation Services, designated as a 100% Small Business set-aside with NAICS code 485410 and a $30.0M size standard. This combined synopsis/solicitation has undergone four amendments. Amendment 0004 updated general and evaluation instructions, while Amendment 0003 provided answers to questions and increased JROTC Off-Installation transportation mileage to a 200-mile radius. Amendment 0002 addressed offeror questions, updated FAR addendums, revised CLIN descriptions, added FAR 52.216-22, removed Enclosure 4 (FAR 52.222-56), updated Enclosure 3, PWS Section 4, and various FAR/DFARS clauses. Amendment 0001 added Attachment 8_Wage Determination and updated FAR 52.212-1 Addendum. Key deadlines include question submission by November 24, 2025, Non-Disclosure Agreement (Attachment 7) submittal by January 5, 2026, and proposal submission by January 12, 2026. All times are 12:00 p.m. EST. Proposals must be emailed to Esther Yi (esther.yi@dodea.edu) and Batsaikhan Usukh (batsaikhan.usukh@dodea.edu).
    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.
    This document is a combined synopsis/solicitation (HE125426RE005) issued by the Department of Defense Education Activity (DoDEA) for Ft. Campbell Student Transportation Services. It outlines the requirements for daily commute, special education (SPED), curricular, co-curricular, JROTC, and Extended School Year (ESY) student transportation. The solicitation includes a base year and four option years, plus an option to extend services under FAR 52.217-8. The procurement is a 100% Small Business set-aside with NAICS code 485410 and a size standard of $30.0M. Amendments to the solicitation address potential Offeror questions, update FAR addendums and clauses, and increase the JROTC Off-Installation transportation radius from 150 to 200 miles. Proposals and Attachment 7 (Non-Disclosure Agreement) must be submitted electronically to the Contracting Officer and Contract Specialist by specific deadlines in January 2026, with questions due by November 24, 2025.
    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 a contractor to provide safe and efficient student transportation, including daily commutes, special needs transportation, and scheduled curricular/co-curricular activities. The contractor must supply all vehicles, equipment, and personnel, adhering to DoDEA, federal, and state regulations. Key requirements include robust contract management with designated managers, meticulous route establishment and management using a Transportation Management System (TMS), and the ability to accommodate short-term and long-term schedule adjustments. Emphasis is placed on student identification, passenger management, and communication capabilities. The PWS details standards for vehicle inspections, readiness, and cleanliness, along with comprehensive accident, incident reporting, and emergency procedures. Safety, especially for special needs students, is paramount, requiring trained safety attendants and aides, and adherence to specific protocols for student release and emergency response.
    This document, a Q&A for the HE125426RE005 STS for the Ft. Campbell Military Community, clarifies requirements for a federal government RFP. It addresses three key areas: Offerors are not required to submit Enclosure 3: Letter of Commitment if no subcontracting or partnership arrangements are involved. Contractors are responsible for furnishing all tools, equipment, and resources not explicitly outlined in PWS Section 4, as the government will not provide them for the indoor maintenance facility. Finally, historical ridership data indicates an average of 30-40 students for co-curricular activities and 75 students for curricular activities, though these numbers are subject to variation.
    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.
    The document,
    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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Student Transportation Services to the Fort Knox, Kentucky Military Community.
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is soliciting proposals for student transportation services for the Fort Knox Military Community in Kentucky 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, including daily commutes, special needs transportation, and scheduled curricular and co-curricular trips. 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 compliance with federal and state regulations. Interested offerors must submit a completed Non-Disclosure Agreement by January 16, 2026, to receive the essential Route List, with proposals due by January 23, 2026, at 12:00 p.m. EST. For further inquiries, contact Esther Yi at esther.yi@dodea.edu or Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.
    Student Transportation Services to the Ft. Stewart Military Community in Georgia.
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking proposals for student transportation services to the Ft. Stewart Military Community in Georgia, under solicitation number HE125426RE007. This procurement is a 100% Small Business set-aside, requiring the contractor to provide comprehensive transportation services, including daily commutes, special education transportation, and extended school year services, with a contract period consisting of a base year and four option years. The selected contractor will be responsible for all necessary personnel and equipment, while DoDEA will supply buses and fuel, emphasizing safety and efficiency in operations. Interested offerors must submit a Non-Disclosure Agreement by January 23, 2026, to receive the Route List, with questions due by December 15, 2025, and proposals due by January 30, 2026, at 12:00 p.m. EST. For further inquiries, 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
    Dept Of Defense
    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.
    Preventative Maintenance/Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) for Department of Defense Education Activity (DoDEA) at Fort Campbell, Kentucky
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is seeking qualified small business contractors for a Preventative Maintenance/Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Department of Defense Education Activity (DoDEA) at Fort Campbell, Kentucky. The contract will encompass comprehensive maintenance services for various facilities, including six schools and three support facilities, covering approximately 835,000 Gross Square Feet, ensuring the efficient and safe operation of essential systems such as HVAC, plumbing, and electrical. Interested firms must respond to this Sources Sought notice by submitting their capability statements by January 13, 2026, with a maximum contract value of $18 million anticipated, and the solicitation expected to be issued around March 2026. For further inquiries, contact Michael Stevenson at michael.l.stevenson@usace.army.mil or Candace Lotomau at candace.c.lotomau@usace.army.mil.
    DoD BUS CARRIER APPROVAL By DTMO
    Dept Of Defense
    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.
    SOFAM Bus Transportation Service
    Dept Of Defense
    The Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the SOFAM Bus Transportation Service to support the Special Operations Forces Arctic Medic (SOFAM) exercise in Fairbanks, Alaska. The contractor will be responsible for providing two 60-passenger buses, along with qualified drivers who possess a Commercial Driver's License (CDL) and experience in cold-weather driving, to transport up to 60 students between designated training areas and accommodations from January 16-26, 2026. This service is crucial for ensuring safe and reliable transportation under challenging environmental conditions, including extreme cold and varied terrain. Interested parties must submit their offers by 3:00 PM Eastern Standard Time on January 5, 2025, and direct any questions to SSG Elliott at devon.q.elliott.mil@socom.mil or SSG Cooper at tyler.j.cooper.mil@socom.mil by 11:00 AM Eastern Standard Time on December 24, 2025.
    Preventative Maintenance/ Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) Department of Defense Education Activity (DoDEA) for Fort Bragg, NC and Camp Lejeune, NC
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Norfolk District, is seeking qualified small businesses for a Preventative Maintenance/Demand Maintenance (PM/DM) Indefinite Delivery Indefinite Quantity (IDIQ) contract for facilities at Fort Bragg and Camp Lejeune, North Carolina. The contract will encompass a range of maintenance services, including the operation and maintenance of heating, ventilation, and cooling systems, kitchen equipment, and facility control systems, ensuring the efficient and safe operation of educational facilities for students and teachers. The anticipated solicitation is expected to be issued around March 2026, with a contract maximum of $11 million and a proposal submission deadline projected for April 2026. Interested firms must respond to the Sources Sought notice by January 13, 2026, and can contact Michael Stevenson Jr. or Candace Lotomau for further information.
    CCSR Summative and Interim Assessment Test Packages for ELA/Literacy and Mathematics
    Dept Of Defense
    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.
    Facilities Asset Management - Pacific Region
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is seeking qualified 8(a) firms to provide comprehensive Facilities Asset Management (FAM) services for its Pacific Region. The procurement aims to manage facility condition assessments, AHERA asbestos inspections, facility utilization surveys, and real property inventory tracking, among other responsibilities, to ensure safe and well-managed school environments. This initiative is critical for supporting DoDEA's strategic planning for facility sustainment and modernization across approximately 700 buildings covering 20 million gross square feet over a 12-month period. Interested firms must submit capability statements and feedback by January 14, 2026, and can contact Emani Gray at emani.gray@dodea.edu or Duke Santos at duke.santos@dodea.edu for further information.
    Membership in an English Language Proficiency Comprehensive Assessment Consortium
    Dept Of Defense
    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.