Installation Transportation Services - OCONUS
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, under the DEPT OF DEFENSE, has issued a Request for Information (RFI), notice identifier 9ea7896c850b4ded81f98a03577df3ca, for Installation Transportation Services - OCONUS. This RFI is for market research purposes only, seeking industry input to refine Appendix A for Shuttle Transportation of Soldiers and to address industry concerns. Interested vendors are requested to provide a Rough Order of Magnitude (ROM) to help gauge potential costs. This requirement covers multiple OCONUS locations including Ansbach, Grafenwohr, Baumholder, Honenfels, Kaiserslautern, Wiesbaden, Benelux, Italy, Stuttgart, Humphreys/Daegu, Camp Zama, Wainwright, Alaska, Korea, and Japan.
Scope of Work
Based on the attached Appendix A, the objective is to provide comprehensive transportation services for Soldiers, civilians, contractors, and military dependents at various OCONUS installations. Services include moving personnel between barracks, designated dining facilities, and other locations identified by the Installation Senior Commander for Quality of Life (QoL) initiatives. Key requirements include:
- Providing a fleet of vehicles, including ADA-compliant options, sufficient for mission needs.
- Furnishing all necessary personnel, equipment, supplies, facilities, tools, materials, and supervision.
- Maintaining vehicles, including fuel, preventative maintenance, and repairs.
- Developing and submitting optimized transportation routes.
- Implementing a customer-facing mobile application for real-time data and user experience.
- Recording ridership using Common Access Card (CAC) readers.
Performance Standards
- Total vehicle fleet must meet 80% capacity for daily ridership.
- Vehicles must be available within 24 hours of notice from the contract COR.
- Vehicles must be on time to pick-up and drop-off points (>=90% of the time).
- Route and schedule adjustments must be made within 24 hours of notice.
- Daily reporting of ridership, usage, routes, and schedules.
Special Requirements
Drivers must possess valid licenses, minimum government security clearance, and have fewer than two moving violations in the previous 12 months. All personnel must undergo drug screening and annual drug testing. Drivers must be fluent in English and wear high-visibility safety vests. The contractor is responsible for managing and documenting all required training, licensing, and road-testing, including Annual Winter Driving Training. The government will not provide personnel, facilities, materials, or Government Furnished Property (GFP).
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Response Due: April 2, 2026, 3:00 PM EDT
- Published: March 18, 2026, 3:55 PM EDT
Additional Notes
This RFI is for information and market research purposes only and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.