Provide Transportation Services for Public Event -

SOL #: 140P5126Q0025Combined Synopsis/Solicitation

Overview

Buyer

Interior
National Park Service
SER EAST MABO(51000)
ATLANTA, GA, 30303, United States

Place of Performance

Sullivan's Island, SC

NAICS

Charter Bus Industry (485510)

PSC

Passenger Motor Charter Service (V222)

Set Aside

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

Timeline

1
Posted
Apr 29, 2026
2
Submission Deadline
May 8, 2026, 5:00 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 National Park Service (NPS), Contracting Operations East, is seeking proposals for passenger motor coach shuttle services to support a two-day public event at Fort Moultrie National Historical Park on Sullivan's Island, South Carolina. This Total Small Business Set-Aside opportunity requires a contractor to provide all necessary labor, vehicles, and management for continuous shuttle routes between park-and-ride locations in Mount Pleasant and Fort Moultrie on June 27-28, 2026. The event is part of the South Carolina 250th / America 250 framework, anticipating 5,000 visitors per day. Quotes are due May 08, 2026, at 1:00 PM EDT.

Scope of Work

The contractor will establish and operate two continuous, bidirectional shuttle routes: Route 501 (Blue) from Mount Pleasant Town Hall and Route 502 (Red) from Lucy Beckham High School, both connecting to a designated drop-off/pick-up location at Fort Moultrie. Services include furnishing all labor, enclosed and air-conditioned motor coaches (minimum 40-passenger capacity, with at least two ADA lift-equipped vehicles), fuel, insurance, dispatch, supervision, management, and color-coded boarding tokens. Drivers must possess a Commercial Driver's License with Passenger endorsement and at least 12 months of commercial driving experience. Performance standards include a 10-minute headway per route and maximum passenger wait times of 15 minutes (20 minutes for ADA). A Day 2 Surge Option for additional vehicles may be exercised based on Day 1 ridership.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP) with a priced Day 2 Surge Option.
  • Period of Performance: From contract award through June 29, 2026, with revenue service on June 27-28, 2026 (9:00 AM - 5:00 PM daily).
  • Set-Aside: Total Small Business (FAR 19.5).
  • NAICS Code: 485510, Charter Bus Industry (Small Business Size Standard: $19,000,000.00).
  • Product Service Code (PSC): V222, Passenger Motor Charter Service.
  • Bonds & Insurance: Performance and payment bonds (100% of contract price) and a certificate of insurance (minimum $50,000 per person, $100,000 per occurrence, $100,000 per property) are required within 10 days of award.
  • Wage Determination: Bidders must adhere to the U.S. Department of Labor's Wage Determination for labor costs.

Submission & Evaluation

  • Quote Due Date: May 08, 2026, 1:00 PM EDT.
  • Questions Due Date: May 04, 2026, 1:00 PM EDT.
  • Submission Method: Electronic submission to edward_dingle@ios.doi.gov.
  • Evaluation Criteria: Best Value - Lowest Price Technically Acceptable (LPTA). Quotes will be evaluated across three volumes: Technical Capability and Approach, Past Performance, and Price. Technical and Past Performance are weighted equally and compared to price.
  • Eligibility: Offerors must have a valid Unique Entity Identifier (UEI), be registered in SAM.gov, and have current Representations and Certifications, including self-certification under NAICS 485510. Past Performance Questionnaires will be used for evaluation.

Additional Notes

This is a combined synopsis/solicitation; a separate written solicitation document will not be issued. The solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2026-01. Attachments include a Performance Work Statement, Load and Drop-off Map, Price Schedule, Wage Determination, and Past Performance Questionnaire.

People

Points of Contact

Dingle, EdwardPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 29, 2026
Provide Transportation Services for Public Event - | GovScope