ADA Passenger Bus Requirement
ID: 12206490Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

School and Employee Bus Transportation (485410)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRANSPORTATION: OTHER (V119)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for ADA-compliant passenger buses intended for the Walter Reed National Military Medical Center. The procurement requires the provision of 55-passenger and 75-passenger buses, which must be owned and maintained by the contractor, ensuring compliance with ADA guidelines for transporting Wounded, Ill, and Injured patients and their families. This initiative is crucial for providing accessible transportation services, emphasizing safety, cleanliness, and timely service delivery. Interested vendors must submit their quotes by April 1, 2025, with evaluations based on price, technical acceptability, and past performance, including required documentation such as Past Performance Questionnaires. For further inquiries, potential offerors can contact Contract Specialist Matthew S. Tsueda at 907-201-0308 or via email at Matthew.S.Tsueda.Ctr@Health.Mil.

    Files
    Title
    Posted
    The Defense Health Agency issued a Combined Synopsis/Solicitation for ADA-compliant passenger buses intended for the Walter Reed National Military Medical Center. The solicitation invites proposals as a Request for Quotes (RFQ) without issuing a written solicitation. Key requirements include providing 55-passenger and 75-passenger buses, with extensive stipulations that interested parties must own and maintain the vehicles offered. Submissions must include pricing details and delivery estimates, with a complete proposal due by April 1, 2025. Evaluation criteria focus on price, technical acceptability, and past performance, including required documentation like Past Performance Questionnaires. The document incorporates numerous provisions and clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), addressing compliance with federal mandates, contracting regulations, and worker protections. The solicitation underscores the government's commitment to full and open competition and compliance with various statutes and executive orders, emphasizing ethical practices and anti-trafficking policies in contractor operations. The primary point of contact for interested offerors is Contract Specialist Matthew Tsueda.
    The Defense Health Agency is evaluating past performance for the ADA Passenger Bus Services RFP (Solicitation Number 12206490) at Walter Reed National Military Medical Center. The agency has requested references to complete a detailed questionnaire assessing the contractor's past performance in various categories, including the provision of qualified healthcare workers, on-time service delivery, turnover rates, and replenishment abilities. Each performance area is rated from Exceptional to Unsatisfactory, with prompts for justification if ratings deviate from Satisfactory. The document emphasizes the importance of accurate performance assessments to guide future contract awards and includes sections for reporting contractual issues such as defaults. Respondent and contractor details are required, as well as an overall performance summary indicating whether to award the contractor more work. The questionnaire reflects the government's complete and open competition for services and highlights quality assurance standards vital for federal contracts.
    The document outlines requirements for providing past performance references in response to Solicitation ID 12206490. Bidders must complete a performance summary sheet for each project, focusing on details such as the company name, CAGE, whether they are a sub or prime contractor, contract number, and the period of performance. It emphasizes submitting task order numbers rather than base contract numbers for IDIQ projects. Additionally, bidders must outline the current point of contact, project description including labor categories and full-time equivalents (FTEs), the awarded contract amounts, and the project status, including performance reporting and any modifications or terminations. This structured approach aims to assess the bidders' past performance and reliability in delivering government contracts, ensuring that the government can select the most qualified vendors for future tasks. The focus on accurate and complete information is critical to compliance with federal standards and facilitates informed decision-making in contract awards.
    The Performance Work Statement (PWS) outlines a contract requirement by the Department of Defense's Defense Health Agency for Americans with Disabilities (ADA)-compliant transportation services for Wounded, Ill, and Injured (WII) patients and their families at Walter Reed National Military Medical Center in the National Capital Region. The contractor is mandated to provide fully equipped, wheelchair-accessible vehicles for transporting these individuals to recreational events, ensuring timely arrivals, and complete boarding assistance. Key responsibilities include maintaining vehicle safety and cleanliness, obtaining necessary licenses and insurance, and ensuring compliance with ADA guidelines. The contract spans a base year from March 28, 2025, to March 27, 2026, with options for four additional years. The contractor must adhere to strict quality standards, including prompt service and secure handling of passenger belongings, reporting requirements, and readiness for emergencies. Additionally, the contract requires the contractor to possess adequate personnel qualifications, including background checks, and ensure drivers can effectively communicate with passengers. This PWS emphasizes maintaining a high level of service for vulnerable populations while aligning with federal regulations in public service contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CoC Shuttle Bus Service
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division, is soliciting quotes for the provision of shuttle bus services for a Change of Command Ceremony at the Dr. Phillips Center for the Performing Arts in Orlando, Florida, scheduled for May 15, 2025. Contractors are required to supply three air-conditioned buses, each with a minimum capacity of 56 passengers and wheelchair accessibility, ensuring timely transport of Department of Defense personnel between Naval Support Activity Orlando and the ceremony venue, while adhering to strict security protocols and performance metrics. This procurement is a total small business set-aside with an estimated contract value of $15 million, and interested parties should direct inquiries to Madeline R. Jackson at madeline.r.jackson.civ@us.navy.mil or Elysa Winters at elysa.m.winters.civ@us.navy.mil, with quotes due by the specified deadline.
    V212--Togus Special Mode Transport New
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals from service-disabled veteran-owned small businesses to provide wheelchair van transportation services for eligible veteran beneficiaries within the Maine healthcare system. The contract is structured as a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) agreement with a five-year ordering period and a maximum award amount of $4.7 million, emphasizing the importance of reliable non-emergency transportation services for veterans. Key requirements include maintaining a 98% satisfaction rate, ensuring service availability seven days a week, and adhering to strict quality and safety standards, with queries due by April 24, 2025, directed to Contract Specialist David Roy at david.roy@va.gov.
    15 passenger vans.
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors for the rental of 15 passenger vans to support military operations at Fort Irwin, California. The contract requires the delivery of operational vehicles suitable for various terrains, equipped with essential safety features, from April 9 to May 25, 2025, with specific maintenance obligations and delivery timelines outlined in the Statement of Work. These vans will be utilized to transport soldiers during their National Training Center rotation, highlighting their importance in ensuring efficient movement and logistics. Interested contractors, particularly those classified as Women-Owned Small Businesses, must submit their quotes by March 24, 2025, and can contact SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further information.
    U.S. Senate 35-Passenger Turtle Top Bus
    Buyer not available
    The U.S. Senate, through the Office of the Sergeant at Arms, is seeking quotations for the procurement of a 35-passenger Turtle Top Odyssey XL shuttle bus, as outlined in Request for Quotation (RFQ) 2025-R-036. Vendors are required to provide firm-fixed-price quotations that include shipping charges and must meet specific minimum requirements, such as immediate availability and essential safety features, including a backup camera and USB charging ports. This procurement is crucial for ensuring reliable transportation options for Senate operations. Interested vendors should submit their quotations by June 30, 2025, and can direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov or by phone at 202-224-9321.
    Augusta Wheelchair Five (5) Year IDIQ RFQ
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide wheelchair transportation services for the Charlie Norwood VA Medical Center in Augusta, Georgia. The procurement aims to ensure reliable, safe, and quality transportation for veterans, with contractors required to maintain high safety standards, adhere to strict scheduling timelines, and provide 24/7 services, including during federal holidays. This initiative reflects the government's commitment to supporting veterans' needs through efficient transportation solutions, with proposals due by March 5, 2025, at 0800 EST. Interested parties can contact Thomas Nicholls at thomas.nicholls@va.gov for further information.
    Columbia Wheelchair Five (5) year IDIQ RFQ
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide wheelchair transportation services under a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to ensure reliable and compliant transportation for veteran patients to and from various healthcare locations, with an expected average of 60-85 trips per day utilizing a minimum of 15 dedicated vehicles equipped with necessary medical supplies and lifts. This initiative is crucial for enhancing access to healthcare services for veterans while fostering participation from small businesses owned by service-disabled veterans. Interested parties must submit their quotations by March 5, 2025, and can direct inquiries to Thomas Nicholls at thomas.nicholls@va.gov.
    Ellsworth AFB_NAFI_School Bus
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking quotes for the procurement of a school bus for the Non-Appropriated Fund Instrumentality (NAFI) at Ellsworth Air Force Base in South Dakota. The bus must accommodate 77 passengers and include specific features such as hydraulic brakes, heating systems, fire-retardant seat materials, and a 100-gallon fuel tank, among others, to ensure safety and functionality for youth programs. This procurement is significant as it utilizes non-appropriated funds generated by the military community, emphasizing the importance of providing safe transportation without involving federal tax dollars. Interested vendors must submit their quotes by 16:00 MDT on March 24, 2025, and direct any questions to the primary contact, Harold Moore, at harold.moore.5@us.af.mil, by March 14, 2025.
    CY25 KAFB Air Show - Shuttle Buses
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide shuttle bus services for the CY25 Kirtland Air Force Base (KAFB) Airshow. The primary requirement includes supplying 55 shuttle buses, each with a capacity of 44 passengers, to facilitate transportation between various parking locations in the Albuquerque metro area and KAFB, with an optional provision for an additional 24 buses. This contract is crucial for ensuring efficient and safe transportation during the public event, emphasizing compliance with federal regulations and safety protocols. Interested vendors must submit their quotes by March 21, 2025, with the contract award prioritizing technically acceptable proposals that offer the best value; for further inquiries, contact Samantha Weller at samantha.weller.1@us.af.mil or 505-846-7978.
    V225-- Special Needs Ground Transportation IAW the Performance Work Statement *SDVOSB & VOSB set-aside
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide special needs ground transportation services at the VA Palo Alto Health Care System. The procurement aims to establish a Firm Fixed Price Indefinite Delivery Indefinite Quantity contract that ensures 24/7 availability for transporting veterans to various medical facilities, emphasizing timely and responsive service tailored to their unique needs. Interested parties must be Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses (VOSB) and are required to submit capability information to the Contract Specialist, John Da Silva, by 10:00 AM PST on March 26, 2025. For eligibility, potential offerors must be registered in the System for Award Management (SAM) and have a current Online Representations and Certification Application on file.
    V225--Bay Pines Ground Ambulance Service
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Ground Ambulance Services for the C.W. Bill Young VA Medical Center, with a contract period from April 1, 2025, to March 31, 2030. The procurement includes non-emergency transportation services such as Basic Life Support (BLS), Advanced Life Support (ALS), and Critical Care Transport (CCT), emphasizing 24/7 availability and compliance with federal, state, and local regulations. This initiative aims to enhance transportation services for veterans, ensuring high-quality care and adherence to health protocols, particularly in light of COVID-19 safety measures. Interested bidders must submit their proposals electronically by March 21, 2025, and direct any inquiries to Contracting Officer Lakiesha Anderson at lakiesha.anderson@va.gov or by phone at 561-618-2398.