ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Student Transportation Services to Ft. Campbell Military Community, KY

DEPT OF DEFENSE HE125426RE005
Response Deadline
Jan 12, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

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 qualified contractors to provide safe and efficient transportation for students, including daily commutes, special needs services, and scheduled curricular and co-curricular activities. This contract encompasses a base year and four option years, with an estimated value of $30 million, emphasizing the importance of 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 inquiries directed to Contracting Officer Esther Yi at esther.yi@dodea.edu or Contract Specialist Batsaikhan Usukh at batsaikhan.usukh@dodea.edu.

Classification Codes

NAICS Code
485410
School and Employee Bus Transportation
PSC Code
V222
TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER MOTOR CHARTER

Solicitation Documents

32 Files
26RE005_AMD2_COMBSYNSOL_120325.pdf
PDF1008 KB1/5/2026
AI Summary
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
26FE005_AMD4_COMSYNSOL_121125.pdf
PDF41434 KB1/5/2026
AI Summary
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).
26RE005_AMD3_Questions_Answers_120425.pdf
PDF94 KB1/5/2026
AI Summary
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.
26FE005_AMD5_COMSYNSOL_010526.pdf
PDF27968 KB1/5/2026
AI Summary
The Department of Defense Education Activity (DoDEA) has issued RFP HE125426RE005 for Ft. Campbell Student Transportation Services, a 100% Small Business set-aside with NAICS code 485410 and a $30.0M size standard. The solicitation has undergone five amendments. Amendment 0001 added Attachment 8_Wage Determination and updated FAR 52.212-1 Addendum. Amendment 0002 addressed offeror questions, updated FAR addendums, revised CLIN descriptions, added FAR 52.216-22, modified enclosures, and updated PWS Section 4 and various FAR/DFARS clauses. Amendment 0003 provided answers to additional questions and increased JROTC Off-Installation transportation service mileage. Amendment 0004 updated the General Instructions FAR 52.212-1 Addendum and Evaluation Instructions FAR 52.212-2 Addendum. Amendment 0005 revised Attachment 6. Proposals are due by 12:00 p.m. EST, January 12, 2026, and questions are due by November 24, 2025. Offerors must submit Attachment 7, a Non-Disclosure Agreement, to receive Attachment 7(a) “Route List” to be eligible for award. Contact Esther Yi (Contracting Officer) or Batsaikhan Usukh (Contract Specialist) for inquiries and submissions.
26RE005_AMD5_Attachment 6_ RepsCerts.pdf
PDF1127 KB1/5/2026
AI Summary
This document outlines the essential requirements for offerors responding to a government solicitation, emphasizing 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 that must be completed and submitted with each proposal, including specific FAR clauses related to responsibility matters, offeror representations, telecommunications equipment, and cloud computing. Additionally, the document requests supplementary documentation to support the offeror's responsibility determination, such as Dunn and Bradstreet Risk Assessments, letters from financial institutions demonstrating adequate resources, and records of performance, integrity, business ethics, or facility capital and skills. The inclusion of CAGE/NATO CAGE codes and Unique Entity IDs further streamlines the identification and evaluation process. This comprehensive set of requirements ensures that only qualified and responsible offerors are considered for contract awards.
26RE005_AMD3_PWS_120425.pdf
PDF819 KB1/5/2026
AI Summary
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.
26RE005_AMD3_COMBSYNSOL_120425.pdf
PDF565 KB1/5/2026
AI Summary
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.
26RE005_AMD2_Questions_Answers.pdf
PDF144 KB1/5/2026
AI Summary
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.
26RE005_AMD2_Attachment 1_PWS_120225.pdf
PDF726 KB1/5/2026
AI Summary
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.
26RE005_AMD2_Encl3_Letter_of_Commitment.pdf
PDF249 KB1/5/2026
AI Summary
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.
26RE005_AMD2_Encl4_CPARS.pdf
PDF1175 KB1/5/2026
AI Summary
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.
26RE005_AMD2_Encl5_52.204-26.pdf
PDF1093 KB1/5/2026
AI Summary
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.
26RE005_AMD2_Encl6_52.204-24.pdf
PDF927 KB1/5/2026
AI Summary
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.
26RE005_AMD2_Encl7_252.239-7009.pdf
PDF805 KB1/5/2026
AI Summary
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.
26RE005_Encl6_52.204-26.pdf
PDF1081 KB1/5/2026
AI Summary
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.
26RE005_Encl5_CPARS.pdf
PDF1182 KB1/5/2026
AI Summary
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.
26RE005_Encl4_Letter of Commitment.pdf
PDF1091 KB1/5/2026
AI Summary
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.
26RE005_Attachment 7_NDA.pdf
PDF244 KB1/5/2026
AI Summary
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.
26RE005_Attachment 6_ RepsCerts.pdf
PDF1117 KB1/5/2026
AI Summary
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.
26RE005_Attachment 5_Price.xlsx
Excel28 KB1/5/2026
AI Summary
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.
26RE005_Attachment 4_PPQ.docx
Word88 KB1/5/2026
AI Summary
The
26RE005_Attachment 3_Volume II Past Perf.docx
Word50 KB1/5/2026
AI Summary
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.
26RE005_Attachment 2_Factor 1_Technical.xlsx
Excel39 KB1/5/2026
AI Summary
Solicitation HE125426RE005 outlines the technical approach requirements for staffing and vehicle capabilities in student transportation services. Offerors must complete all yellow-highlighted,
26RE005_Attachment 1_PWS_100825.pdf
PDF823 KB1/5/2026
AI Summary
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.
26RE005_COMBSYNSOL_110525.pdf
PDF78622 KB1/5/2026
AI Summary
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.
26RE005_AMD1_COMBSYNSOL_111025.pdf
PDF27636 KB1/5/2026
AI Summary
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,
26RE005_AMD1_Attachment 8_Wage Det_111025.pdf
PDF75 KB1/5/2026
AI Summary
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.
26RE005_Encl8_252.239-7009.pdf
PDF797 KB1/5/2026
AI Summary
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.
26RE005_Encl7_52.204-24.pdf
PDF894 KB1/5/2026
AI Summary
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).
26RE005_Encl3_52.222-56.pdf
PDF822 KB1/5/2026
AI Summary
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.
26RE005_Encl2_52.212-3 Alt1DEV.pdf
PDF1065 KB1/5/2026
AI Summary
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.
26RE005_Encl1_52.209-7.pdf
PDF298 KB1/5/2026
AI Summary
The document,

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 5, 2025
amendedAmendment #1· Description UpdatedNov 10, 2025
amendedAmendment #2· Description UpdatedDec 3, 2025
amendedAmendment #3· Description UpdatedDec 4, 2025
amendedAmendment #4· Description UpdatedDec 11, 2025
amendedLatest Amendment· Description UpdatedJan 5, 2026
deadlineResponse DeadlineJan 12, 2026
expiryArchive DateJan 27, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF DEFENSE EDUCATION ACTIVITY (DODEA)
Office
DOD EDUCATION ACTIVITY

Point of Contact

Name
Esther Yi

Place of Performance

Fort Campbell, Kentucky, UNITED STATES

Official Sources