Skip to main content

An official website of the United States government

You have 2 new alerts

JBAB School Bus Services

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Oct 25, 2023 05:39 pm EDT
  • Original Response Date: Nov 08, 2023 11:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 23, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V222 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER MOTOR CHARTER
  • NAICS Code:
    • 485410 - School and Employee Bus Transportation
  • Place of Performance:
    Bolling AFB , DC 20032
    USA

Description

SOURCES SOUGHT NOTICE FOR JBAB SCHOOL BUS TRANSPORTATION SERVICES, Joint Base Anacostia Bolling (JBAB), Washington, DC

Introduction:  THIS IS A SOURCES SOUGHT NOTICE ONLY – This notice is issued solely for information and planning purposes, as a means for the Government to conduct market research, identifying interested parties and their capability to deliver the requirement for Joint Base Anacostia-Bolling (JBAB) School Bus Transportation Services in accordance with (IAW) the attached draft Performance Work Statement (PWS).

Responses to this notice will be considered and will help the Government dictate a path forward.  All business categories will be considered to include large businesses.

1.  Place of Performance: Joint Base Anacostia-Bolling (JBAB), Washington, D.C.

2.  Disclaimer: This notice does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitation information is not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this notice does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.

3.  Contractor Capability:  The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, school buses, transportation, incidental engineering, and other items necessary to provide school bus transportation services, for approximately 400 school-age children, from JBAB to schools identified in Attachment B as defined in this Performance Work Statement (PWS). The buses shall not be older than ten years to fulfill the requirements of this contract; and shall be compliant with all Federal, State, County, and municipal laws, statutes, ordinances, rules, and regulations. The potential period of performance for this requirement is three (3) years consisting of a base period and two (2)-one (1) year Option periods.

4.  Responses to Notice:  Responses to this notice shall be limited to three (3) pages and submitted electronically to the following email addresses:

            Contracting Officers: Ms. Welth Cooper (welth.cooper@us.af.mil) and

            Damien Tordonato (damien.tordonato@us.af.mil), and 

            Contract Specialist, Ms. Rachael Blosser (rachael.blosser.1@us.af.mil).

Responses are due no later than Wednesday, 8 November 2023 at 11:00 AM Eastern Standard Time.  Any questions may be directed to the points of contact listed above.  The applicable NAICS code for this requirement is 485410 with a Small Business Size Standard of $30 million dollars.  The Product Service Code is V222.  Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their response under the applicable NAICS of 485410.  Respondents shall not be obligated to provide the services/items described herein.

Responses from interested vendors should address the following items:
1.  Confirmation your company is registered and active in the SAM website at www.SAM.gov.  Provide the company CAGE or Unique Identifier.

2.  Provide company socio-economic status (i.e. Small, Small Disadvantages Women-Owned, etc.) under identified NAICS and company profile to include, CAGE Code, DUNs Number.

3.  Confirmation that your company can provide the requirements in accordance with the attached draft PWS and provide previously awarded contracts for similar work performance.

Contact Information

Contracting Office Address

  • CP 240 612 6207 20 MACDILL BLVD SW BLDG P20
  • WASHINGTON , DC 20032-2110
  • USA

Primary Point of Contact

Secondary Point of Contact

History