Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2026 SAM #8811
SOLICITATION NOTICE

W -- Charter Bus Services for NAVFAC Mid-Atlantic Hampton Roads Area of Responsibility, Southeast and Northeast Client Base Locations and Other Areas of Responsibility (AOR)

Notice Date
1/8/2026 12:57:38 PM
 
Notice Type
Presolicitation
 
NAICS
485510 — Charter Bus Industry
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008526B0005
 
Archive Date
04/30/2026
 
Point of Contact
Melinda Robinson, Phone: 7573410690, Susan Roberts, Phone: 7573410091
 
E-Mail Address
melinda.l.robinson@navy.mil, susan.c.roberts4.civ@us.navy.mil
(melinda.l.robinson@navy.mil, susan.c.roberts4.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PLEASE NOTE: THE SOURCES SOUGHT NOTICE ID/SOLICITATION NUMBER FOR THESE CHARTER BUS SERVICES HAS BEEN CHANGED FROM N4008525R2696 TO N4008526B0005. N4008526B0005 This is not a request for either a quote or proposal, or invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors of Base Support Vehicles and Equipment (BSVE), Indefinite Delivery Indefinite Quantity (IDIQ), Performance-Based contract with Non-Recurring services to provide Charter Bus services for NAVFAC Mid-Atlantic�s Hampton Roads, North Carolina, South Carolina, Georgia, Area of responsibility (AOR), and NAVFAC Atlantic�s Northeast AOR. General Work Requirements: Annex 1700000 Base Support Vehicle and Equipment The Contractor shall provide all labor, management, supervision, tools, material and equipment facilities, transportation, incidental engineering, and other items necessary to provide Charter Bus services for the entire NAVFAC Atlantic area of operation. Locations include but are not limited to: NAVFAC MID-ATLANTIC HAMPTON ROADS AREA: Naval Station, Norfolk, Norfolk Naval Station, Norfolk, Norfolk Naval Shipyard, Portsmouth, Naval Air Station Oceana, Virginia Beach, Joint Expeditionary Base�Little Creek (JEB�LC), Virginia Beach, and Naval Weapons Station, Yorktown. North Carolina/ South Carolina/Georgia: Marine Corps Air Station, Cherry Point North Carolina, Marine Corps Base Camp Lejeune, North Carolina, Marine Corps Base Paris Island, North Carolina, Marine Corps Base Beaufort, South Carolina, Marine Corps Base Albany, Georgia, and any of NAVFAC Mid-Atlantic�s Northeast Client Base locations. The exact locations will be indicated in each Task Order. Officer. NAVFAC MID-ATLANTIC NORTHEAST AREA: Locations include but are not limited to Naval Station Newport, Newport, Rhode Island, Navy Submarine Base, New London, Connecticut, Portsmouth Naval Station, Kittery, Maine, Naval Weapons Station Earle, New Jersey, Naval Support Activity, Philadelphia, Pennsylvania, Philadelphia Naval Business Center, Philadelphia, Pennsylvania, Naval Support Activity, Mechanicsburg, Pennsylvania, Naval Surface Warfare Center, Crane, Indiana, and Naval Station, Great Lakes, Illinois. The intent of Annex 1700000 Base Support Vehicles and Equipment is to specify the requirements for a transportation program consisting of vehicles and equipment operations. The services to be provided are various Charter Bus services. The Contractor shall provide for a transportation program that includes bus(es) of the touring type equal to buses used as Commercial Highway Motor Coaches, as defined by the Department of Transportation Federal Motor Carrier Regulations with the following standard equipment: Buses shall be no more than ten-model years old at the time of rental. (i.e., 2011 model or newer at the time of a 2021 rental). This includes refurbished units. At a minimum, buses shall be capable of accommodating not less than 47 passengers in a seated position. The Government may order buses of a larger capacity for special trip requirements. Alternatively, the contractor, at any time may supply buses of more than a 47-seat capacity up to 55 or more seats. Under the Maximum size bus rental, the Contractor is required to supply the largest bus owned by or available to the Contractor for specific trips identified. All charter buses shall have reclining seats, heat, and air conditioning with ventilation at each seat (forced air type, individual reading lights, bathroom facilities, and free Wireless Internet Access (Wi-Fi). Although not required to meet the minimum requirements, if the bus is already equipped with additional amenities such as an intercom, TVs, DVDs, they shall all be in working order and shall be available for use by the passengers during a trip. The Contractor shall be responsible for all expenses incurred by the firm�s drivers on all over- night service, such as, but not limited to operational cost of bus(es), lodging, per diem, tolls and ferry fees, or any other associated expenses. Some trips shall require the Contractor to provide the necessary buses with drivers for overnight service (to be available 24 hours a day for the full term of the trip). Some of these trips could be up to 5 or more days. During these trips, the buses shall be provided for the initial round trip transportation, and transportation of passengers from their initial point of arrival to other locations in the area as directed by the point of contact. Note: The Contractor�s company shall be listed on the Department of Defense (DoD) Approved Carrier List. The work identified is to be provided by means of a BSVE Firm Fixed-price, Indefinite Delivery, /Indefinite Quantity type contract with non-recurring services. The services will be acquired utilizing procedures under Federal Acquisition Regulations (FAR) 14 � Sealed Bidding. Bids shall be submitted for the performance of work for a period of one year. However, the initial term of the contract may be for a period of less than one year. The Government has the option to extend the term of the contract services for additional periods of one to twelve months. The contract will be for a base period of one (1) year, with four (4) one year option periods, and one (1) six-month period, not to exceed sixty-six (66) months. The proposed procurement will be issued as a NAVFAC Mid-Atlantic BSVE Contract with online ordering capability using FedMall for the Non-Recurring Exhibit Line Item Numbers (ELINs). Acceptance of Government Purchase Credit Cards is required along with the purchase of FedMall Encrypted software. The North American Classification System (NAICS) is 485510; the size standard is $19M. The proposed procurement will be listed as a competitive 100% Small business set-aside. The Invitation for Bid (IFB) will be made available in electronic format only (Adobe Acrobat (pdf)) and will be posted on SAM.gov website on or about 27 January 2026. The estimated proposal due date shall be at least 30 days after the IFB is posted. (Contractors - inquiries must be submitted in writing to Susan Roberts at (susan.c.roberts4.civ@us.navy.mil) at least 10 days prior to the RFP due date. The SAM site address is https://sam.gov/ . Notifications of any updates or amendments to the solicitation will be posted on the SAM. Contractors are encouraged to register on the SAM website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. IT IS THE SOLE RESPONISBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to register on the System for Award Management (SAM) database. Failure to have an active registration in the SAM database at time of proposal submission will make an offeror ineligible for award. SAM registration shall be maintained until time of award, during performance and through final payment. Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at https://sam.gov/. This contract will replace a contract for similar services. The current contract is N1008521D0038, BSVE for Charter Bus Services for NAVFAC Mid-Atlantic�s Hampton Roads, North Carolina, South Carolina, Georgia, NAVFAC Mid-Atlantic�s Northeast and Other Areas of Responsibility (AOR). The current contract expires 04 April 2026.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5e2d3500e1dd419b8b83936c2d37b6de/view)
 
Place of Performance
Address: 23511, USA
Zip Code: 23511
Country: USA
 
Record
SN07681023-F 20260110/260108230038 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.