This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Procedures for Certain Commercial Products and Commercial Services found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov.
The RFQ number is N0060425Q4109. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-04 and DFARS Publication DFARS Change 01/17/2025. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The NAICS code is 485510 Charter Bus Industry Services, and the Small Business Standard is $19 Million dollars. The proposed contract is not a set-aside and reserved for NAVSUP FLC Pearl Harbor Blanket Purchase Agreement (BPA) holders. The Small Business Office concurs with the set-aside decision.
The NAVSUP Fleet Logistics Center (FLC), Pearl Harbor (PH) Regional Contracting Office requests responses from qualified sources capable of providing:
CLIN 0001 – Commercial Bus Support
Performance Period: 1100 HST 30 Jul 2025 to 1900 HST on 30 Jul 2025
Locations: Please refer to the attachment labeled Bus Itinerary for locations and times.
The method of payment will be Government Purchase Card (GPC).
Attachments:
Attachment 1. Combined Synop Solit Bus Support
Attachment 2. Bus Itinerary
Attachment 3. FAR 52.212-3 & Alt I
Attachment 4. FAR 52.204-24 Reps Regarding Certain Telecom
The basis of the award will be best value: The assessment considers both price and nonprice factors in accordance with FAR 13.106-1. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, the ability to supply up to the required number of buses at all locations and times specified in Attachment 2, to include drivers with base access without sponsorship (Drivers with DBIDS Access).
- If all available buses do not have drivers with DBIDS, an additional stop at the NEX can be added in order to maximize the number of buses to take sailors to the Hale Koa Hotel.
This will be a Firm-Fixed Price BPA Order, awarded to the lowest priced quoter whose quote offers the best value to the government.
Price: Offerors shall submit a price for CLIN 0001, Commercial Bus Support per Attachment 2 Bus Itinerary.
Please provide the following with your quote:
- List your NAVY BPA number on Quote.
- Overall Total Price: A single, total price for the entire service to include any Credit
Card service fees.
- Itemized Price List: A breakdown of costs, including the price associated with
each bus utilized for this service.
- List of Drivers: Driver must have DBIDS Card for base access. Provide a list of
drivers with base access as well as alternate drivers (Full Name) for customer
submission to security forces on West Loch LLL.
Quoters are advised that the quotation meeting the RFQ requirements with the lowest price may not be selected for award if award to a higher priced Quoter is determined to be more advantageous to the Government. However, the perceived benefits of the higher priced quotation must merit the additional price.
Technical:
Technical Factor: To be considered technically acceptable, the Quoter must be able to supply buses with drivers with DBIDS Access up to the requested amount and at the required locations per Attachment 2.
Technical Acceptability will be rated on an acceptable or unacceptable basis using the ratings in the table below.
Technical Acceptable/Unacceptable Ratings
Adjectival Rating Description:
Acceptable: Quote clearly meets the technical acceptability requirements of the Solicitation.
Unacceptable: Quote does not meet the technical acceptability requirements of Solicitation.
All offerors shall include a completed copy of Attachment 3, FAR 52.212-3 and Alt I with their offer or provide a statement. Failure to include this attachment OR provide a statement with your offer, may result in your offer being deemed unresponsive. If your annual representations and certifications are current in the System for Award Management (SAM), complete only paragraph (b) (on page 5) by filling out N/A in paragraph b.
Instructions for attachment FAR 52.204-24 - Reps Regarding Certain Telecommunications, The offeror shall complete the representation at paragraph (d)(1) of this provision if the offeror has represented that it does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument in paragraph (c)(1) in the provision at 52.204-24, Covered Telecommunications Equipment or Services—Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items.
The offeror shall complete the representation in paragraph (d)(2) of this provision if the offeror has represented that it does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services in paragraph (c)(2) of the provision at 52.204-24, or in paragraph (v)(2)(ii) of the provision at 52.212-3.
System for Award Management (SAM). Offerors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
Responsibility Determination: To be eligible for award of a purchase order hereunder, the offeror must be
determined by the Contracting Officer to be a responsible offeror in accordance with FAR 9.1. The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: System for Award Management (SAM), Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and/or the Federal Awardee Performance and Integrity Information System (FAPIIS). Furthermore, the Procuring Contracting Officer (PCO) may request additional information from the prospective offeror that was NOT previously identified in the solicitation to satisfy the standards under FAR 9.104.
Questions shall be submitted by 11pm HST.
Response Date and Time: This solicitation will close at 12PM (Noon) (Hawaii Standard Time) on 29 July 2025
Offers shall be received by email to Kyle Quintal, Contract Specialist, by email to kyle.p.quintal.civ@us.navy.mil. Oral communications are NOT acceptable in response to this notice. All responsible sources may submit a offer by the solicitation close date shall be considered by the agency.
All offers shall include price(s), a point of contact, name and phone number, business size, CAGE code and payment terms. Offerors are advised that delays can be experienced with the Governments email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and, consequently, will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Offerors will not be accepted by facsimile. Oral offers will not be accepted. Each response must clearly indicate the capability of the Offeror to meet all specifications and requirements.
Late offers will NOT be considered. Delivery delays that cause a offer to be late are NOT the responsibility of the government agency and such late offers will not be accepted.
It is emphasized that this is combined solicitation/synopsis is issued in accordance with the procedures of FAR Parts 13 and 13.106-2(b)(3), which are intended to streamline source selection and be minimally burdensome for both the Government and the Offerors interested in competing for this requirement.