The Department of Defense Education Activity (DoDEA) has issued Amendment 0001 to solicitation HE125426RE007 for Ft. Stewart Student Transportation Services. This amendment corrects the question submission date to December 15, 2025, and updates Enclosure 6. This Request for Proposal (RFP) is a 100% Small Business set-aside (NAICS 485410, size standard $30.0M) for various student transportation services, including daily commute, special education (SPED), curricular, and Extended School Year (ESY) services, plus GSA vehicle delivery/pickup. The contract includes a base year, four option years, and a FAR 52.217-8 option to extend services, with a minimum guaranteed value of $2,500.00. Offerors must submit a Non-Disclosure Agreement (Attachment 7) by January 23, 2026, to receive the Route List (Attachment 7a). Questions are due by December 15, 2025, and proposals by January 30, 2026, both by 12:00 p.m. EST, via email to Esther Yi (Contracting Officer) and Batsaikhan Usukh (Contract Specialist). All submissions must be virus-free and under 10 MB. Services will be performed at Ft. Stewart, Georgia, with a base year performance period from August 1, 2026, to July 31, 2027. Payment requests will be processed through the Wide Area WorkFlow (WAWF) system using "Invoice 2-in-1" for fixed-price services.
Enclosure 6 to Attachment 6 outlines federal acquisition regulations (FAR) pertaining to certain telecommunications and video surveillance services or equipment. Specifically, it details FAR clause 52.204-24, which prohibits executive agencies from procuring or extending contracts for equipment, systems, or services that use “covered telecommunications equipment or services” as a substantial component or critical technology. This prohibition stems from the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors must represent whether they will or will not provide or use such equipment/services, and if they will or do, they must provide detailed disclosures, including the entity that produced the equipment, a description of the equipment/services, and an explanation of its proposed use. The document instructs offerors to complete the
The Performance Work Statement (PWS) outlines requirements for student transportation services for Department of Defense Education Activity (DoDEA) schools at Fort Stewart. The contract prioritizes safety and efficiency, requiring the contractor to provide all necessary personnel and equipment, including drivers, safety aides, and Child Safety Restraint Systems (CSRS), while DoDEA supplies buses and fuel. Key objectives include comprehensive program management, route establishment and TMS (Transportation Management System) operations, and detailed procedures for daily commute, special education (SPED), and curricular transportation. The PWS also covers accident/incident reporting, emergency procedures, and rigorous vehicle inspection, management, and maintenance protocols. Contractor personnel must meet specific licensing, training, and certification standards, with continuous safety and security training mandated. This PWS emphasizes strict adherence to safety regulations, communication protocols, and efficient operational standards for all transportation services.
The document, Solicitation HE125426RE007, details staffing requirements and instructions for an Offeror's response to a federal government Request for Proposal (RFP) focusing on Student Transportation Services (STS). It outlines minimum qualifications for various personnel, including Contract Managers (CMs), Alternate CMs, Drivers, Safety Attendants, and Safety Aides. Key requirements include English proficiency, availability by August 1, 2026, and specific certifications or checks such as criminal history background checks and installation access for Ft. Stewart. The RFP also requires the Offeror to address staffing capability, contingency plans for absenteeism, and potential teaming arrangements. Responses must be provided in designated yellow-highlighted cells, with word limits for additional information in purple-marked optional fields. Non-compliance or discrepancies can lead to weaknesses or deficiencies in the evaluation.
The document, HE125426RE007 Attachment 3, Volume II – Past Performance, outlines instructions and requirements for submitting past performance information for student transportation services at Ft. Stewart, Georgia. Offerors must provide no more than three recent contract references, with at least one where the prime offeror served as prime or subcontractor/teaming partner. For subcontracting arrangements, prime offerors must submit subcontractor past performance, including written consent, and detail specific roles, responsibilities, work percentages, and contributed resources. Efforts must be recent (within three years) and relevant in scope, magnitude, and complexity, particularly concerning bus transportation services. A “Neutral” rating will be assigned if past performance references or detailed subcontractor roles are not provided. The document specifies a required format for past performance submissions, covering contract details, customer information, and descriptions of relevancy in scope, magnitude of effort (including vehicle and personnel numbers), and complexity factors such as safety, personnel management, incident reporting, vehicle maintenance, and communication.
The "PRESENT AND PAST PERFORMANCE QUESTIONNAIRE (PPQ)" (Attachment 4) is for Solicitation HE125426RE007, concerning the Ft. Stewart, Georgia Military Community. This document is a critical component of the source selection process, requiring offerors to provide detailed contractor and contract information, including their role (prime, subcontractor, joint venture). References then evaluate the offeror's performance across 10 key areas using a defined rating scale (Poor/Unsatisfactory to Excellent, or Neutral/N/A). Evaluation criteria include experience in student transportation (pre-K to high school, special needs), providing safety attendants, managing personnel and vehicles, responding to incidents, maintaining vehicles, providing training, delivering reports, and communication. The completed PPQ, which is Controlled Unclassified Information, must be returned to the Department of Defense Education Activity, specifically to the Contract Specialist Mr. Batsaikhan Usukh and Contracting Officer Ms. Esther Yi, via email. The questionnaire aims to assess an offeror's past and present performance to determine their suitability for the solicitation requirements.
The SOLICITATION HE125426RE007 outlines a Request for Proposal (RFP) from the DoDEA Americas Southeast District for Fort Stewart Daily Commute & Special Needs Transportation Services. This solicitation details a base year (SY 2026-2027) and four option years (SY 2027-2028 through SY 2030-2031) for student transportation services. The services include daily commute transportation for various ridership levels, safety attendants, special education (SPED) transportation, curricular transportation, extended school year (ESY) transportation, and GSA vehicle delivery and pick-up. Each period specifies quantities for services like daily runs, safety attendant runs, SPED runs, curricular trips, and ESY runs. The document also includes an option to extend services for an additional six months under FAR 52.217-8, with pricing based on Option Year 4 rates.
This document outlines the mandatory requirements for offerors submitting proposals for government contracts, focusing on eligibility, certifications, and supporting documentation. Key requirements include accurate and active registration in the System for Award Management (SAM) with CAGE and UNIQUE ENTITY IDs. Offerors must complete and submit a series of representations and certifications, such as those related to responsibility matters, offeror representations and certifications (DEV 2025-O0003 and DEV 2025-O0004), trafficking in persons compliance, covered telecommunications equipment, and use of cloud computing. Additionally, offerors are encouraged to provide supporting documentation for responsibility determination, which may include a Dunn and Bradstreet (D&B) Risk Assessment, a letter from their financial institution demonstrating solvency, records of performance quality, integrity, business ethics, or facility capital and necessary skills. The document emphasizes the importance of these submissions for determining an offeror's capability and eligibility for award, referencing FAR Part 9 for responsibility determination standards.
The Department of Defense Education Activity (DoDEA) Non-Disclosure Agreement (NDA), Attachment 7, is a crucial document within federal government RFPs, specifically RFP Number HE125426RE007. Its purpose is to safeguard sensitive information, designated as Controlled Unclassified Information (CUI) and Source Selection Information, pertaining to Attachment 7(a), the Route List. By signing this agreement, individuals and companies commit to not disclosing, publishing, or revealing any information from the specified attachment, except when absolutely necessary. The NDA emphasizes a voluntary obligation, free from duress, and requires certification of understanding and agreement to its terms, ensuring the truthfulness and correctness of the statements made. This document is essential for maintaining the integrity and confidentiality of the source selection process within government contracting.
This government file, Wage Determination No. 2015-4485, Revision No. 28, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract employees in Liberty and Long Counties, Georgia. It details hourly wages for various occupations, from administrative support to technical roles, and specifies compliance with Executive Orders 14026 ($17.75/hour) or 13658 ($13.30/hour) for contracts awarded or renewed on or after specific dates. The document also mandates health and welfare benefits ($5.55/hour or $5.09/hour with EO 13706 paid sick leave), paid vacation, and eleven federal holidays. Special provisions include night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. It also describes the conformance process for unlisted job classifications.
The Department of Defense Education Activity (DoDEA) has issued a combined synopsis/solicitation, HE125426RE007, for Ft. Stewart Student Transportation Services. This Request for Proposal (RFP) is a 100% Small Business set-aside under NAICS code 485410 with a $30.0M size standard. Interested offerors must submit a completed "Non-Disclosure Agreement" (Attachment 7) via email to the Contracting Officer, Esther Yi (esther.yi@dodea.edu), and Contract Specialist, Batsaikhan Usukh (batsaikhan.usukh@dodea.edu), by 12:00 PM EST on January 23, 2026, to receive the "Route List" (Attachment 7a), which is crucial for proposal submission. Questions regarding the solicitation must be submitted by 12:00 PM EST on December 15, 2025. Final proposals, not exceeding 10 MB and in .pdf or Microsoft Office formats, are due via email to both points of contact by 12:00 PM EST on January 30, 2026.
This government file, Enclosure 2: 52.212-3 Alt 1 (Feb 2024), outlines the Offeror Representations and Certifications for Commercial Products and Services, effective March 2025. It is crucial for federal government RFPs, grants, and state/local RFPs. The document details certifications required from offerors, covering small business status (including veteran-owned, service-disabled veteran-owned, economically disadvantaged women-owned, and HUBZone concerns), foreign end products, lobbying activities, and compliance with various federal regulations like the Buy American Act and Trade Agreements. It also addresses responsibility matters, child labor, restricted business operations in Sudan and Iran, inverted domestic corporations, and prohibitions on certain confidentiality agreements. Offerors must complete relevant sections or verify their electronic representations in SAM, ensuring accuracy and completeness. The primary purpose is to ensure transparency, compliance, and ethical conduct in government contracting.
The document is a Letter of Commitment (Enclosure 3) for Solicitation Number HE125426RE006, concerning the Department of Defense Education Activity (DoDEA) Student Transportation Services (STS) for Ft. Knox, Kentucky. It is classified as Controlled Unclassified Information (CUI) and Source Selection Information. The letter serves as a formal declaration from a subcontractor or partner company, committing to perform required work if the prime offeror is awarded the contract for student transportation services. It requires signatures from the subcontractor/partner representative, including their name and title, to validate their commitment to the prime offeror.
The DoDEA Procurement Transportation Division’s Enclosure 4 outlines the Contractor Performance Assessment Reporting System (CPARS) requirements for federal government contractors. Contractors must designate a representative to receive and review performance assessments electronically via www.cpars.gov. This representative has 30 days to review, comment on, and return the assessment, with a written request for a meeting due within seven calendar days of receipt if desired. The document specifies the required contact information for the designated representative, including name, title, email, phone, and N/CAGE number. Additionally, it details hardware and software requirements for accessing CPARS Online, such as compatible internet browsers (latest three major desktop versions of Internet Explorer, and the latest major desktop versions of Chrome, Firefox, and Safari) and Adobe Acrobat Reader for viewing PDF attachments. Technical support contact information is also provided for any issues. This enclosure ensures contractors understand their responsibilities for performance reporting and system access within the federal procurement process.
The document 52.204-26, titled “Covered Telecommunications Equipment or Services—Representation (OCT 2020),” is a mandatory provision for federal contractors. It requires offerors to disclose whether they provide or use “covered telecommunications equipment or services,” as defined in clause 52.204-25. Contractors must conduct a “reasonable inquiry” and check the System for Award Management (SAM) for excluded entities before making their representation. This provision ensures compliance with federal regulations prohibiting the use of specific telecommunications and video surveillance equipment or services, aiming to safeguard government supply chains. The document also includes spaces for the contractor's name and is marked as Controlled Unclassified Information (CUI).
Enclosure 6, part of the DoDEA Procurement Transportation Division's Source Selection Information, outlines Federal Acquisition Regulation (FAR) clauses 52.204-24 and 52.204-26, focusing on restrictions concerning certain telecommunications and video surveillance equipment or services. This document, relevant for government RFPs, mandates offerors to represent whether they provide or use such covered equipment or services. It specifies that offerors need not complete section 52.204-24 if they have already certified non-provision or non-use of these services or equipment under FAR 52.204-26 or 52.212-3. The core prohibition, derived from the John S. McCain National Defense Authorization Act for Fiscal Year 2019, restricts executive agencies from procuring or contracting with entities that use covered telecommunications equipment or services as a substantial component of any system. Offerors must check the System for Award Management (SAM) for excluded parties. If an offeror indicates they will provide or use such equipment/services, detailed disclosures are required, including information about the producing entity, equipment/service description, and an explanation of its proposed use to determine permissibility under the prohibition.
Enclosure 7 to Attachment 6, titled "Representation Of Use Of Cloud Computing," is a crucial component of government RFPs, specifically for the DoDEA Procurement Transportation Division. This document, identified as Controlled Unclassified Information (CUI) and Source Selection Information, requires offerors to disclose their anticipated use of cloud computing services in any resulting contract or subcontract. It defines cloud computing broadly, encompassing various commercial terms and service models like Software-as-a-Service, Infrastructure-as-a-Service, and Platform-as-a-Service. The core purpose of this enclosure is to gather information from contractors regarding their reliance on cloud computing, which is essential for the government to assess potential risks, compliance, and technological alignment for federal acquisitions. Offerors must explicitly state whether they anticipate using such services, ensuring transparency and informed decision-making in the procurement process.