D‑Day 82 Transportation Support
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 Department of the Army is soliciting proposals for D-Day 82 Transportation Support, requiring Firm Fixed-Price charter bus services in Normandy, France. This UNRESTRICTED opportunity supports the 82nd Annual D-Day Commemoration events. Offers are due March 25, 2026, at 02:00 PM Local Time.
Scope of Work
The contractor will provide non-personal charter bus transportation for U.S. Army Europe and Africa (USAREUR-AF) personnel and Soldiers. Key requirements include:
- Transportation of approximately 600 passengers simultaneously.
- Utilization of 50-passenger and 25-passenger buses.
- Multi-day support from May 31, 2026, to June 09, 2026, and specific single-day support on June 05, 2026.
- All necessary buses, drivers, fuel, tolls, parking, and coordination.
- Compliance with all host-nation (French) transportation laws, safety requirements, and environmental standards.
- Drivers must be licensed and insured per French laws and undergo background checks.
- Provision of an English-speaking Program Manager (PM) and Alternate PM.
- Development and maintenance of a Quality Control Plan (QCP).
Contract & Timeline
- Contract Type: Firm Fixed-Price.
- Period of Performance: May 31, 2026 – June 09, 2026.
- Place of Performance: Approximately a 200-kilometer radius from Sainte-Mère-Église, Normandy, France.
- Set-Aside: UNRESTRICTED.
- NAICS Code: 485510 (Bus Charter Service).
- Offer Due Date: March 25, 2026, 02:00 PM Local Time.
- Published Date: March 11, 2026.
Submission & Evaluation
Offers must be submitted via email to Kwaku.opoku.mil@army.mil and judy.i.biboum.mil@army.mil. Email attachments should not exceed 10 MB and must be in PDF format. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, considering:
- Factor 1 (Technically Approved): Based on the scope and magnitude of effort, consistent with the Performance Work Statement (PWS).
- Factor 2 (Lowest Price): Total Evaluated Price (TEP) including all fees, overheads, G&A, insurance, and profits.
- Factor 3 (Supplier Performance Risk): Assessed via the Supplier Performance Risk System (SPRS). The government intends to award to the offeror whose quote is technically acceptable, has an acceptable supplier performance risk, and offers the lowest price.
Additional Notes
Foreign entities bidding on this U.S. federal contract may need to complete IRS Form W-14, "Certificate of Foreign Contracting Party Receiving Federal Procurement Payments," to claim tax exemptions. Funds are not currently available for this acquisition, and no award will be made until appropriated funds are available. The government does not intend to hold formal communications, clarifications, or discussions.