CHARTER BUS SERVICES FOR NAVFAC MID-ATLANTIC HAMPTON ROADS AREA OF RESPONSIBILITY (AOR), SOUTHEAST AND NORTHEAST CLIENT BASE LOCATIONS AND OTHER AORS

SOL #: N4008526B0005Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Place of performance not available

NAICS

Charter Bus Industry (485510)

PSC

Lease Or Rental Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles (W023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 8, 2026
2
Last Updated
Mar 31, 2026
3
Submission Deadline
Mar 31, 2026, 7:00 PM

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, NAVFACSYSCOM MID-ATLANTIC, is soliciting bids for Charter Bus Services to support NAVFAC Mid-Atlantic's 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 with non-recurring services. The Invitation for Bid (IFB) is expected to be posted on SAM.gov around January 27, 2026, with proposals due at least 30 days thereafter.

Scope of Work

  • Provide comprehensive Charter Bus services across the entire NAVFAC Atlantic area of operation.
  • 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).
  • Minimum capacity of 47 passengers, with the flexibility to provide larger capacity buses upon request.
  • Required amenities include reclining seats, heat, air conditioning with individual ventilation, reading lights, bathroom facilities, and free Wi-Fi.
  • The contractor is responsible for all expenses incurred by drivers during overnight service, including lodging, per diem, and tolls.
  • 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, followed by four one-year option periods, and one six-month period, not to exceed a total of sixty-six (66) months.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS: W023 - Lease Or Rental Of Equipment: Ground Effect Vehicles, Motor Vehicles, Trailers, And Cycles (Size Standard: $19M).
  • Published Date: March 20, 2026.
  • IFB Posting: On or about January 27, 2026.
  • Proposal Due Date: At least 30 days after IFB posting (estimated late February 2026).
  • Current Contract Expiration: April 04, 2026.

Submission & Evaluation

  • Procurement Method: Federal Acquisition Regulations (FAR) 14 – Sealed Bidding.
  • Submission: Bids will be submitted electronically via FedMall.
  • Inquiries: Must be submitted in writing to Susan Roberts at least 10 days prior to the RFP due date.
  • Payment: Acceptance of Government Purchase Credit Cards is required.

Additional Notes

This contract will replace the existing contract N1008521D0038. All offerors must be registered in the System for Award Management (SAM) database to be eligible for award. Failure to register will result in ineligibility.

People

Points of Contact

Sheena LassiterPRIMARY
Susan RobertsSECONDARY

Files

Files

View
View
View
View
Download

Versions

Version 6
Solicitation
Posted: Mar 31, 2026
View
Version 5
Solicitation
Posted: Mar 27, 2026
View
Version 4Viewing
Solicitation
Posted: Mar 20, 2026
Version 3
Solicitation
Posted: Mar 13, 2026
View
Version 2
Solicitation
Posted: Feb 20, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 8, 2026
View