CHARTER BUS SERVICES FOR NAVFAC MID-ATLANTIC HAMPTON ROADS AREA OF RESPONSIBILITY (AOR), SOUTHEAST AND NORTHEAST CLIENT BASE LOCATIONS AND OTHER AORS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy / NAVFAC Mid-Atlantic is soliciting bids for Charter Bus Services to support its Hampton Roads Area of Responsibility (AOR), Southeast, Northeast, and other client base locations. This is a Total Small Business Set-Aside opportunity for a Firm Fixed-Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Responses are due by March 31, 2026.
Scope of Work
The contractor will provide comprehensive Charter Bus services across the entire NAVFAC Atlantic area of operation. Key requirements include:
- Vehicle Specifications: Buses must be touring type, equivalent to Commercial Highway Motor Coaches, and no more than ten model years old (e.g., 2011 or newer for a 2021 rental).
- Capacity & Amenities: Minimum capacity of 47 passengers, with the ability to provide larger capacity buses. Buses must be equipped with reclining seats, heat, air conditioning with individual ventilation, reading lights, bathroom facilities, and free Wi-Fi.
- Driver Expenses: The contractor is responsible for all expenses incurred by drivers on overnight service, including lodging, per diem, and tolls.
- Eligibility: The contractor's company must be listed on the Department of Defense (DoD) Approved Carrier List.
Contract & Timeline
- Contract Type: Firm Fixed-price, Indefinite Delivery, Indefinite Quantity (IDIQ) with Non-Recurring services.
- Period of Performance: One base year, with four one-year option periods, and one six-month period, not to exceed sixty-six (66) months.
- Set-Aside: Competitive 100% Small Business Set-Aside.
- Procurement Method: Federal Acquisition Regulations (FAR) 14 – Sealed Bidding.
- Invitation for Bid (IFB) Posting: Expected on SAM.gov on or about January 27, 2026.
- Response Due: March 31, 2026 (Proposal due date will be at least 30 days after IFB posting).
- Published Date: March 27, 2026.
Submission & Evaluation
- Submission: Bids must be submitted electronically via FedMall.
- Inquiries: Must be submitted in writing to Susan Roberts (susan.roberts2@navy.mil) at least 10 days prior to the RFP due date.
- Payment: Acceptance of Government Purchase Credit Cards is required.
- Eligibility: Offerors must be registered in the System for Award Management (SAM) database to be eligible for award.
Additional Notes
This contract will replace the existing contract N1008521D0038, which expires on April 04, 2026.