PERL Shuttle Service to Ford Island
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 National Park Service (NPS), under the Department of the Interior, is seeking proposals for PERL Shuttle Service to Ford Island in Pearl Harbor, Hawaii. This is a Combined Synopsis/Solicitation (RFQ) for a Firm Fixed Price contract to provide transportation services for visitors and staff to the USS Utah and USS Oklahoma Memorials. This opportunity is a Total Small Business Set-Aside. Quotes are due March 11, 2026, by 11:59 P.M. HT.
Scope of Work
The contractor will provide all necessary labor, drivers, supervision, ADA-compliant 44-passenger vehicles, maintenance, insurance, fuel, and administrative support for a safe and reliable shuttle service. The primary service involves one round trip per day, three days per week (Mondays, Wednesdays, Fridays), between the Pearl Harbor Visitor Center (PHVC), Ford Island, USS Utah Memorial, and USS Oklahoma Memorial. The service operates between 3:00 p.m. and 5:00 p.m. HST, though timing is subject to change.
Key responsibilities include:
- Operating on NPS/Navy-approved routes and adhering to all federal, state, local, and DoD access regulations.
- Maintaining a contingency plan for back-up vehicles and drivers.
- Ensuring drivers possess valid Hawai'i licenses for 44-passenger vehicles, have at least one year of passenger bus experience, and pass background checks.
- Complying with Navy security inspections and DBIDS access requirements.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: Anticipated start date on or before June 1, 2026. The base year runs from June 1, 2026, to May 31, 2031, with additional option years.
- Set-Aside: Total Small Business Set-Aside.
- Product Service Code: V212 (Motor Passenger Services).
- Place of Performance: Ford Island, Pearl Harbor, Hawaii.
Submission & Evaluation
- Quote Due Date: March 11, 2026, by 11:59 P.M. HT.
- Submission Method: Written quotes must be emailed to Christine Tapp (Christine_Tapp@nps.gov).
- Questions/RFIs Due: February 23, 2026, 12:00 P.M. HT, emailed to Christine Tapp.
- Site Visit: Available upon request; RSVP by February 23, 2026.
- Evaluation Criteria: Award will be made to the responsible offeror whose offer is most advantageous to the Government, considering price, technical factors, and past performance, per FAR 13.106-2(b)(4)(i) and/or (ii).
- Pricing Scenarios: Offerors must propose pricing for a baseline service, two potential modification scenarios (two trips/day and unlimited trips/day), and special events (unlimited trips/day on designated holidays/occasions). These modification scenarios are for evaluation purposes and may not be awarded.
- Eligibility: An active SAM.gov registration is required at the time of quote submission and for award consideration.
Contact Information
- Primary Contact: Christine Tapp
- Email: christine_tapp@nps.gov
- Phone: 360-869-3670