Shuttle Services Blanket Purchase Agreement
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 Naval Surface Warfare Center Carderock Division (NSWCCD) intends to award a Firm Fixed-Price (FFP) Blanket Purchase Agreement (BPA) for shuttle services. This opportunity is a Woman-Owned Small Business (WOSB) set-aside and is being solicited as a combined synopsis/solicitation (RFQ N0016726Q1090). The BPA has a master limitation of $5,000,000.00 over a five-year period. Quotes are due by May 18, 2026, at 8 AM EST.
Scope of Work
The BPA will cover shuttle bus services for employees within a 50-mile radius of the Carderock Division Headquarters. The initial call under the BPA, detailed in the "Evaluation PWS," requires shuttle services between NSWCCD Headquarters in West Bethesda, MD, and the Washington Navy Yard (WNY) in Washington, DC. Services include:
- Furnishing vehicles (at least 15-passenger capacity), fuel, maintenance, and operating supplies.
- Providing qualified drivers who are U.S. Citizens, possess valid licenses, have appropriate credentials, and a clean driving record.
- Operating on a regularly scheduled basis, Monday through Friday, excluding Federal holidays.
- Maintaining a dedicated telephone line for communication with the Technical Point of Contact (TPOC).
- Ensuring vehicles have seasonal climate control and drivers wear uniforms/ID badges (DBIDS).
- Maintaining vehicular liability and general public liability insurance.
- Providing daily shuttle logs and monthly passenger logs.
Contract & Timeline
- Contract Type: Firm Fixed-Price Blanket Purchase Agreement (BPA)
- Master BPA Limitation: $5,000,000.00
- Period of Performance: May 25, 2026 - May 24, 2030 (Five Years)
- Set-Aside: Woman-Owned Small Business (WOSB)
- NAICS Code: 485999 (Business Size Standard: $19,000,000)
- Published Date: May 7, 2026
- Questions Due: May 12, 2026, at 12 PM EST (via email to steven.besanko@navy.mil)
- Quote Packages Due: May 18, 2026, at 8 AM EST
Evaluation
Award will be made to the responsible quoter whose quote is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) evaluation. Factors considered are:
- Price: Quotes must include all applicable costs.
- Technical: Quotes must reflect the required specifications included in the RFQ. The Government intends to evaluate quotations and award without discussions.
Submission Requirements
Quote packages must be sent to steven.besanko@navy.mil and include a cover sheet providing:
- Official Company Name
- Point of contact (name and phone number)
- CAGE Code number
Additional Notes
This is the only solicitation; a written solicitation will not be issued. The PWS for individual BPA calls will detail specific destinations and periods of performance. The "Evaluation PWS" document outlines the scope for the first call under the BPA.