USAFSAM/IE DIMO - Transportation Services, see attached PWS
ID: RFI-AFRL-PZLEQ-2024-0032Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AIR FORCE MATERIEL COMMAND AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

Charter Bus Industry (485510)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    The Department of Defense, specifically the United States Air Force School of Aerospace Medicine, is seeking sources for transportation services to support the Defense Institute for Medical Operations (DIMO). The required services include the transportation of International Military Students (IMS), course instructors, and DIMO staff from San Antonio International Airport to course venues, as well as local transportation for course-related activities within San Antonio. This contract is crucial for facilitating the logistics of various courses scheduled for 2024, including topics such as Disaster Planning and Executive Healthcare Resource Management, and will span one base year with four optional extensions. Interested parties must submit their capability packages by September 11, 2024, to Kara Loeber at kara.loeber@us.af.mil, ensuring to follow specific submission guidelines outlined in the request for information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) details the transportation services required by the Defense Institute for Medical Operations (DIMO) at the United States Air Force School of Aerospace Medicine for international military students (IMS) and staff. The contract spans one base year with four optional extensions. Services include transportation from San Antonio International Airport to the course venue and within San Antonio for course-related trips. Pickup/drop-off is scheduled three days before the course starts and up to three days after it concludes. Specific courses and the corresponding number of IMS scheduled for 2024 include Disaster Planner, Gender-Based Violence, HIV/AIDS, and Executive Healthcare Resource Management, requiring various local transportation sites such as hospitals and media centers. The document emphasizes the organization’s need for a contractor to manage logistics efficiently while ensuring safety and compliance throughout the transportation process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Emergency Air and Ground Transportation 2024
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) is seeking contractors to provide comprehensive emergency air and ground transportation services for medical and non-medical evacuees during public health emergencies and disasters in 2024. The procurement aims to establish a system for the efficient movement of medical staff, patients, and essential cargo, utilizing a range of aircraft and ground vehicles across the Continental United States (CONUS), U.S. Territories, and internationally (OCONUS), including the transport of highly infectious patients using specialized containment systems. This initiative is critical for enhancing federal response capabilities during emergencies, with the contract structured as a 100% Small Business Set-Aside and anticipated to operate on a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) basis for one base year with four optional years. Interested parties must submit proposals by October 17, 2024, and can direct inquiries to Alan Jackson at alan.jackson@hhs.gov.
    DoDEA-Europe Special Needs Student Transportation Service – Spangdahlem, Germany
    Active
    Dept Of Defense
    The Department of Defense Education Activity (DoDEA) is conducting market research to identify qualified companies capable of providing Special Needs (SPEN/SPED) bus transportation services for the Spangdahlem Military Community in Germany. The selected contractor will be responsible for all aspects of transportation, including personnel, vehicles, and compliance with DoDEA and Host Nation requirements, ensuring safe transport for students and authorized individuals to and from designated schools and activities. This opportunity is crucial for supporting the educational needs of special needs students within the military community, with an anticipated contract start date of February 1, 2025. Interested firms must submit their capability statements by 5:00 PM EDT on September 25, 2024, to the designated contacts, Mileska M. Rodriguez and Marcia E. Lee, and must be registered in the System for Award Management (SAM) database to be eligible for the contract.
    Denton Cargo Re-compete Contract
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from industry regarding the Denton Cargo Re-compete Contract, which aims to provide comprehensive technical support and resources for the movement of humanitarian cargo. The contract, scheduled to be effective on April 1, 2025, will require the contractor to manage logistics, coordinate interagency communication, and ensure compliance with regulatory requirements while utilizing the Defense Transportation System (DTS). This initiative is crucial for facilitating U.S. government operations in global disaster response scenarios. Interested parties must submit their capabilities and relevant experience by October 10, 2024, and can contact Nicholas A. Van Osdale or Zcheherah Macapinlac for further information.
    Request for Information: MilMove Development and Sustainment
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from industry regarding the MilMove Development and Sustainment contract, which is anticipated to be awarded in 2025. The primary objective of this Request for Information (RFI) is to gather insights on existing software solutions that can enhance the management of household goods, personal vehicle transportation, and storage contracts within an Agile framework. This initiative is crucial for improving the efficiency of military relocations and ensuring compliance with security and operational standards throughout the software development lifecycle. Interested parties should submit their responses by September 27, 2024, and can direct inquiries to Megan Gonzalez at megan.m.gonzalez4.civ@mail.mil or Tian Wylie at tian.v.wylie.mil@mail.mil.
    Notice of Intent for Sole-source Action: EMR Curriculum Materials
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is planning to negotiate a sole-source contract for the procurement of Emergency Medical Responder and Emergency Care and Transport curriculum materials. The government requires 300 units of the "Emergency Medical Responder 7th Edition Premier - Fisdap Bundle" and 457 units of the "Emergency Care and Transport 12th Edition Premier with Fisdap Bundle," which are essential for training emergency medical responders. The sole-source provider identified for these materials is Jones & Bartlett Learning, located in Burlington, Massachusetts, as they are the only known commercial entity capable of fulfilling this requirement. Interested parties may submit capability statements or quotations for consideration, with responses due by the specified deadline, and the anticipated award date is on or before September 30, 2024. For inquiries, contact David Woodford at david.woodford.2@us.af.mil.
    TransViz Request for Information (RFI)
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking information from qualified vendors regarding the Transportation Visualizer (TransViz), a web-based tool designed to enhance operational planning and execution through data visualization and analysis of Joint Operation Planning and Execution System (JOPES) data. The primary objectives include software development, IT security support, and management of the software lifecycle, with a focus on cybersecurity and application lifecycle management using CoMotion Software. This initiative is crucial for optimizing transport logistics and ensuring national mission readiness, with a formal Request for Proposal (RFP) anticipated by 2025. Interested parties must submit their responses by October 1, 2024, including detailed company information related to security clearances, business size, and technical capabilities, and can contact Georgia L. Wilde at georgia.l.wilde.civ@mail.mil or Teyroko Perkins at teyroko.s.perkins.civ@mail.mil for further inquiries.
    Special Operations Aviation (SOA) Training, Readiness, Management Support (TRMS)
    Active
    Dept Of Defense
    The U.S. Department of Defense, through the U.S. Special Operations Command (USSOCOM), is soliciting proposals for the Special Operations Aviation (SOA) Training, Readiness, and Management Support (TRMS) contract. This procurement aims to provide comprehensive flight training and maintenance services to enhance the operational readiness of special operations aviation units, specifically supporting the U.S. Army Special Operations Aviation Command (USASOAC) and the 160th Special Operations Aviation Regiment (160th SOAR). The contract will cover a base period of 12 months with options to extend for up to four additional years, emphasizing the importance of maintaining high standards in military training and operational support. Interested parties should direct inquiries to Maegan Castro or Justin Burke via the provided email addresses, with proposals due by October 21, 2024.
    North Texas VA Medical Center Special Mode Wheelchair Transportation Services (Area D2)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Special Mode Wheelchair Transportation Services for the North Texas VA Medical Center. This procurement aims to establish a reliable service provider capable of transporting veterans to and from medical appointments within the North Texas catchment area, ensuring compliance with safety standards and regulations while delivering high-quality customer service. The selected contractor will be responsible for providing all necessary equipment and manpower, maintaining timely response times, and adhering to performance metrics, with an estimated 15,400 patient trips per year. Interested parties must respond to the Sources Sought Notice by 3:00 PM Central Time on October 3, 2024, and should direct their responses to both Ms. Angela Kyte and Mr. Shawn R. Reinhart via the provided email addresses.
    C-5 Training Cargo Loads
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small business concerns for the design, production, and delivery of C-5 Training Cargo Loads under Solicitation FA3016-24-Q-5154. The primary objective is to create training cargo loads that replicate Aircraft Ground Equipment (AGE) commonly used in USAF operations, with delivery required at Joint Base San Antonio-Lackland, Texas. These training aids are crucial for enhancing loadmaster training and operational readiness within the Air Force. Interested vendors must submit their quotes by September 20, 2024, at 1:00 PM CST, and are encouraged to direct any inquiries to Thomas Farrell at thomas.farrell.5@us.af.mil. This procurement is a total small business set-aside, emphasizing the government's commitment to supporting small enterprises in federal contracting.
    SPRPA124R353E Synopsis/Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking a contractor for a cost-plus fixed fee contract to support the CMV-22 Fleet by relocating the existing CV-22 Special Mission Aviator Ramp Trainer (SMART) from Fort Walton Beach, FL, to Albuquerque, NM. The contractor will be responsible for disassembling, transporting, reassembling, and integrating the SMART system, as well as providing training support for Special Mission Aviator exercises, ensuring availability for up to 8 training hours per day, 24 hours a week. This procurement is critical for maintaining the operational readiness of the CMV-22 weapons system, and the government intends to negotiate with only one source under FAR 6.302-1. Interested parties should contact John Collier at john.collier@dla.mil or Kelly Sickel at Kelly.Sickel@DLA.MIL for further information.