Search Contract Opportunities

2025 Air Show Shuttle Bus Services   2

ID: FA4861-25-BUSES • Type: Sources Sought
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)

2025 AIR SHOW SHUTTLE BUS SERVICES

The United States Air Force, 99 CONS, Nellis AFB, NV is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing 90 buses seating 51-55 passengers as defined in the attached Brand Name or Equal Requirement Description. Firms that respond shall specify that their services meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance.

Detailed Specifications are listed in the attachment identified below:

  1. Attachment 1- SOW_2025 Buses

All interested firms shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Quotes) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.

The NAICS Code assigned to this acquisition is 485113 - Bus and Other Motor Vehicle Transit Systems with a size standard of $32.5M. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.

Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program. To ensure your response along with any and all attachments are received, attachment(s) must be less than 10 MB [in total]. It is the responsibility of the respondent to contact the government to confirm receipt prior to the offer due date and time.

CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required commodities. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.

Responses may be submitted electronically to the following e-mail address: carlos.burnes@us.af.mil. All correspondence sent via email shall contain a subject line that reads 2025 AIR SHOW SHUTTLE BUS SERVICES 90 buses If this subject line is not included, the email may not get through email filters at Nellis AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. Responses shall be emailed to:

99 CONS,
POC SrA Carlos Burnes
Email: carlos.burnes@us.af.mil

RESPONSES ARE DUE NOT LATER THAN 21 Aug 2024 BY 10:00 AM Pacific Time. Direct all questions concerning this acquisition to SrA Carlos Burnes at carlos.burnes@us.af.mil.

Background
The United States Air Force, specifically the 99th Contracting Squadron at Nellis Air Force Base (AFB), NV, is seeking capabilities packages from potential sources to provide shuttle bus services for the 2025 Air Show.

The goal of this contract is to ensure efficient transportation for an estimated 220,000 to 300,000 attendees over a two-day event, facilitating movement between the Las Vegas Motor Speedway and Nellis AFB.

Work Details
The contractor shall provide 90 buses seating 51-55 passengers, including specific requirements for accessibility.

Key tasks include:
- Providing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and non-personal services necessary for shuttle operations.
- Ensuring each bus is equipped with DVD and audio capabilities to show an informational message about the Air Show.
- Meeting at least five days post-award with the Air Show Transportation representative to discuss bus routes.
- Delivering buses to designated locations by specified times on both days of the event (April 5 and April 6, 2025), with a detailed schedule for bus placement and readiness.
- Maintaining continuous service throughout the event and ensuring compliance with safety standards as per Nevada Department of Transportation regulations.
- Ensuring that no solicitation of donations occurs on-site and that all services are provided free of charge to attendees.

Place of Performance
The shuttle bus services will be performed primarily between Las Vegas Motor Speedway (LVMS) and Nellis AFB, within a four-mile radius of Nellis AFB.

Overview

Response Deadline
Aug. 21, 2024, 1:00 p.m. EDT Past Due
Posted
Aug. 13, 2024, 6:39 p.m. EDT
Set Aside
None
Place of Performance
Nellis AFB, NV 89191 United States
Source
SAM

Current SBA Size Standard
$32.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
32%
Signs of Shaping
The solicitation is open for 7 days, below average for the Air Combat Command. 96% of similar contracts within the Department of the Air Force had a set-aside.
On 8/13/24 Air Combat Command issued Sources Sought FA4861-25-BUSES for 2025 Air Show Shuttle Bus Services due 8/21/24. The opportunity was issued full & open with NAICS 485113 and PSC V999.
Primary Contact
Name
SrA Carlos Burnes   Profile
Phone
None

Documents

Posted documents for Sources Sought FA4861-25-BUSES

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought FA4861-25-BUSES

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA4861-25-BUSES

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA4861-25-BUSES

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > ACC > FA4861 99 CONS LGC
FPDS Organization Code
5700-FA4861
Source Organization Code
500042544
Last Updated
Aug. 22, 2024
Last Updated By
vincent.mcdonough.2@us.af.mil
Archive Date
Aug. 22, 2024