NIST Shuttle Services

SOL #: 1333ND26QNB190079Combined Synopsis/Solicitation

Overview

Buyer

Commerce
National Institute Of Standards And Technology
DEPT OF COMMERCE NIST
GAITHERSBURG, MD, 20899, United States

Place of Performance

Gaithersburg, MD

NAICS

All Other Transit and Ground Passenger Transportation (485999)

PSC

Other Transportation Travel And Relocation Services (V999)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 23, 2026
2
Last Updated
Mar 6, 2026
3
Submission Deadline
Mar 9, 2026, 6:00 PM

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 National Institute of Standards & Technology (NIST) is soliciting proposals for Shuttle Services at its Gaithersburg, Maryland Campus and the surrounding Washington Metropolitan Area. This is a Firm-Fixed Price, Performance-Based Service Contract awarded under Full and Open Competition. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, with proposals due by March 9, 2026, 2 PM EST.

Scope of Work

The contractor will provide labor and vehicles for various transportation services, including:

  • Metro Shuttle and MARC Shuttle services.
  • Transportation for the SURF Program, NIST Center for Neutron Research (NCNR) Summer School, and the NIST Cybersecurity Risk Management Conference.
  • General Transportation Services, requiring three days' notice for standard requests and immediate response for emergencies. Key personnel requirements include a minimum of six (6) CDL licensed drivers with at least three years of experience and a clean driving record, and a dispatcher with a minimum of three years of experience. The contractor must own at least four vehicles, with a minimum of two capable of transporting 36 or 40 passengers (excluding yellow school buses). All vehicles must be licensed, registered, inspected, road-worthy, and have functional heating and air conditioning. Contractor personnel will require NIST identification badges. Required plans include a Quality Control Plan (QCP), safety plan, and fleet maintenance plan.

Contract & Timeline

  • Type: Firm-Fixed Price, Performance-Based Service Contract.
  • Duration: A base period from April 5, 2026, through March 31, 2027, followed by four (4) one-year option periods. A FAR 52.217-8 extension option is also included.
  • Set-Aside: Full and Open Competition (UNRESTRICTED).
  • NAICS Code: 485999, "All Other Transit and Ground Passenger Transportation," with a size standard of $19 Million.
  • Questions Due: February 26, 2026, 10 AM EST.
  • Proposals Due: March 9, 2026, 2 PM EST.
  • Anticipated Award: On or about April 1, 2026, with services commencing April 5, 2026.

Evaluation

Award will be made to the proposal offering the Lowest Price Technically Acceptable (LPTA). Evaluation will begin with the lowest-priced offers and conclude with the first technically acceptable offer. The Government intends to evaluate offers without discussions. Past Performance will be among the evaluation factors. Proposals must include two volumes: Volume 1 (Price Proposal - SF 1449) and Volume 2 (Technical Proposal - Non-Price Evaluation Factors).

Key Attachments & Notes

  • Amendment A001 provides responses to solicitation questions, clarifying that vehicles quoted for 30-40 passengers cannot be yellow school buses and identifying the incumbent contractor as K & V Limousine Service LLC. The proposal due date remains unchanged.
  • A Wage Determination (WD 2015-4269, Revision No. 31) for Frederick and Montgomery Counties, MD, specifies minimum wage rates and fringe benefits under the Service Contract Act.
  • A Quality Assurance Surveillance Plan (QASP) outlines the Government's performance monitoring approach, including criteria, surveillance methods, and potential payment reductions for non-compliance.
  • A Past Performance Questionnaire (PPQ) is provided, which contractors must complete and have their clients fill out for submission.
  • Proposals must be submitted electronically to helen.wesley@nist.gov and tony.schmidt@nist.gov.

People

Points of Contact

Helen WesleyPRIMARY
Tony SchmidtSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
View
NIST Shuttle Services | GovScope