FY27 City Pair Program Final RFP Amendment 0003
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 General Services Administration (GSA) is soliciting proposals for scheduled airline passenger transportation services for the FY27 City Pair Program, a mandatory government-wide program. This unrestricted solicitation, 47QMCB26R0001, has been updated by Amendment 0003, which provides responses to vendor questions. Proposals for Group 1 and Proposal Checklist items are due Wednesday, March 4, 2026, at 3:00 PM ET.
Scope of Work
This contract requires certified United States air carriers (under 14 CFR Part 121) to provide scheduled air passenger transportation services. Offerors must propose fixed-price fares consistent with their commercial offerings and meet all solicitation requirements, including certifications in Section H. Services include domestic, international, and fifth freedom of the air line items, with specific requirements for service types, passenger volumes, and timebands.
Key Changes & Requirements
The Final RFP, issued via Amendment 0002, introduced significant updates:
- New Fare Type: A "Contract Non-Refundable Fare" (_CN Fare) has been introduced. These are capacity-controlled, non-refundable coach class fares, intended to be lower than standard YCA/CA fares. They are subject to administrative fees for rebooking/cancellation and auto-cancellation if not ticketed within 24 hours. _CN fares must be coded "_CN", awarded to the YCA winner for that line item, placed above basic economy, and lower than YCA/_CA fares.
- Technical Requirements: Domestic connecting times for Group 1 and 2 increased to 160 minutes. International connecting times for Group 1 and 2 increased to 270 minutes, with extended connection times up to 480 minutes. Maximum circuity percentages for international routes have been updated.
- Evaluation Factors: For Group 1 line items, technical and non-price related factors are now considered "significantly more important" than price (an increase from "more important"). Group 2 and 3 will use a Lowest Price Technically Acceptable (LPTA) methodology.
- Other Updates: The period for GSA to re-award affected contract line items due to temporary service reduction/cessation has been extended from 120 to 180 days. The minimum duration for price reductions has been reduced from 30 to 7 calendar days. The RFP incorporates GSA's class deviations related to the Revolutionary FAR Overhaul (RFO).
Contract Details
- Solicitation Number: 47QMCB26R0001
- Product Service Code: V211 (Air Passenger Service)
- NAICS: 481111 (Scheduled Passenger Air Transportation)
- Contract Type: Requirements contract with economic price adjustment for fuel surcharges.
- Period of Performance: October 1, 2026 (or Date of Award, whichever is later) through September 30, 2027.
- Option Periods: Two (2) option periods: Option 1 (Oct 1, 2027 – Nov 30, 2027) and Option 2 (Dec 1, 2027 – Dec 31, 2027).
- Set-Aside: Unrestricted.
Submission & Evaluation
- Submission Method: All proposals and checklist items must be submitted electronically via the CALM City Pair Source Selection (CPSS) Module. Offerors must upload signed SF1449 and SF30 (for amendments).
- Key Deadlines:
- Proposal Checklist items & Group 1 offers: Wednesday, March 4, 2026, at 3:00 PM ET.
- Group 2 offers: Friday, April 10, 2026, at 3:00 PM ET.
- Group 3 offers: Friday, April 24, 2026, at 3:00 PM ET.
- Evaluation: Group 1 uses a tradeoff method with technical/non-price factors significantly more important than price. Groups 2 and 3 use LPTA. Offerors must maintain active SAM.gov accounts.
Important Attachments
Key attachments include:
- Attachment 2: Significant Changes (details on _CN fares, technical updates).
- Attachment 3: Sample Subcontracting Plan.
- Attachments 4, 5, 6: Detailed Line Items for Group 1, 2, and 3 respectively.
- Attachment 7: RFP Vendor Questions Template.
- Attachment 8: Auto-Cancellation Template (details GSA's requirements for 48-hour and 7-day auto-cancellation rules).
Contact Information
- Primary: James Santini (james.santini@gsa.gov, 202-969-7094)
- Secondary: Matthew Racchini (matthew.racchini@gsa.gov, 202-969-7938)
- General Inquiries: onthego@gsa.gov