Opportunity

SAM #140P5126Q0025

National Park Service Solicits Passenger Motor Coach Shuttle Services for Fort Moultrie Event

Buyer

National Park Service

Posted

April 29, 2026

Respond By

May 08, 2026

Identifier

140P5126Q0025

NAICS

485999, 485210, 485510

The National Park Service is seeking passenger motor coach shuttle services to support a two-day public event at Fort Moultrie National Historical Park on Sullivan's Island, South Carolina. - Government Buyer: - National Park Service, Contracting Operations East, East Major Acquisition Buying Office - Fort Sumter and Fort Moultrie National Historical Park - General Services Administration (GSA) involved in RFQ issuance - Products/Services Requested: - Passenger motor coach shuttle services for two continuous shuttle routes between Mount Pleasant park-and-ride locations and Fort Moultrie - Fleet of 8 vehicles (6 operating, 2 spares), with a surge option for 4 additional vehicles on Day 2 - At least two ADA lift-equipped vehicles (one per route) required - Boarding tokens (color-coded for route identification) - On-site supervision and dispatch (one supervisor and one dispatcher per day) - Mobilization, demobilization, and reporting deliverables - Key Requirements: - Vehicles must be enclosed, air-conditioned, weather-tight, and have a minimum 40-passenger capacity - All vehicles must have FMCSA satisfactory safety rating and USDOT numbers - Coordination with local law enforcement and parking management - Performance and payment bonds at 100% of contract price - Minimum insurance coverage and current SAM.gov registration - Evaluation based on technical capability, past performance, and price (LPTA) - OEMs and Vendors: - No specific OEMs or vendors are named; solicitation is open to eligible and responsible sources - Notable Details: - Surge option for additional vehicles on Day 2 based on ridership - ADA compliance and color-coded boarding tokens for operational efficiency - Service includes all labor, vehicles, fuel, insurance, dispatch, supervision, and management

Description

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.202. Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.The National Park Service, Contracting Operations East has a requirement to provide passenger motor coach shuttle services in support of a two-day public event at Fort Moultrie National Historical Park on Sullivan's Island, South Carolina. Service consists of two continuous shuttle routes operating between two park-and-ride origins in Mount Pleasant and a designated drop-off/pick-up location at the Fort Moultrie info tent and drop/board point on Poe Avenue. The Contractor shall furnish all labor, vehicles, fuel, insurance, dispatch, supervision, management, and boarding tokens necessary for F250 Carolina Day Fort Moultrie Sullivans Island, South Carolina. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-01 dated March 13, 2026.The associated North American Industrial Classification System (NAICS) code for this procurement is 485510, Charter Bus Industry, with a small business size standard of$19,000,000.00. The Product Service Code (PSC) V222: Transportation/travel/relocation- Travel/lodging/recruitment: Passenger Motor Charter.In accordance with FAR Part 28, performance and payment bonds are required at 100% of the contract price and must be submitted within ten (10) days of receiving the award.In accordance with FAR Subpart 28, a certificate of insurance is required, and coverage must be at a minimum of: $50,000 per person; $100,000 per occurrence; and $100,000 per property. The insurance certificate must be submitted within 10 calendar days of receipt of the award.The contractor must have current Representation and Certifications in SAM.gov, submitted with quote.The Government contemplates the award of a single Firm-Fixed Price Contract using the best value ¿ Lowest Priced Technically Acceptable (LPTA) source selection procedures. All eligible and responsible sources may submit a quote, which if timely received, shall be considered by the Agency. Companies must have valid Unique Entity Identifier and be registered with System for Award Management (www.sam.gov). SAM.gov offers free services. An offeror must ensure that they are self-certified under NAICS Code 485510 in the Representations and Certifications portion of SAM.gov. The basis of award is the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the responsible respondent pursuant to FAR subpart 9.1.

View original listing