Active SLED Opportunity · CALIFORNIA · WEST BASIN MUNICIPAL WATER DISTRICT

    Bus Transportation Services for 2026-2027 and 2027-2028

    Issued by West Basin Municipal Water District
    localRFPWest Basin Municipal Water DistrictSol. 251999
    Open · 5d remaining
    DAYS TO CLOSE
    5
    due Apr 28, 2026
    PUBLISHED
    Apr 9, 2026
    Posting date
    JURISDICTION
    West Basin
    local
    NAICS CODE
    485410
    AI-classified industry

    AI Summary

    West Basin Municipal Water District seeks proposals for bus transportation services to support school field trips during 2026-2028, serving 3rd-12th grade students with approximately 100 trips annually. The contract covers transportation to educational sites including a water recycling facility and aquarium.

    Opportunity details

    Solicitation No.
    251999
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    April 9, 2026
    Due Date
    April 28, 2026
    NAICS Code
    485410AI guide
    Agency
    West Basin Municipal Water District

    Description

    Proposals are being accepted by West Basin Municipal Water District (West Basin), a Municipal Water District, for Bus Transportation Services for 2026-2027 and 2027-2028 to support West Basin's school field trip program.  

    The program period is from September to June each year and will include approximately 100 bus trips each year when the program is scheduled to its maximum capacity. The required bus trip duration each day will be approximately 5-6 hours and may adjust depending on school distance from field trip destinations.  

    West Basin is seeking to award a two-year charter bus transportation contract from July 1, 2026 to June 30, 2028.

    Background

    The water recycling facility school field trip program is a 5-hour education program serving sixty to seventy 3rd-12th grade students (2 classrooms) and their adult chaperones on Tuesdays, Wednesdays, Thursdays and Fridays during the school year.  A second bus may be requested to accommodate larger middle school or high school groups. Each morning, field trip activities take place at West Basin Municipal Water District’s Edward C. Little Water Recycling Facility located at 1935 S. Hughes Way, El Segundo CA  90245 followed by transportation to the Manhattan Beach Pier for a visit to the Roundhouse Aquarium. More information for the program can be viewed by visiting the West Basin webpage: www.WestBasinCA.gov/field-trips

    Schools that are served by the program are located in the West Basin service area from the cities of: Carson, Culver City, El Segundo, Gardena, Hawthorne, Hermosa Beach, Inglewood, Lawndale, Malibu, Lomita, Manhattan Beach, Palos Verdes Estates, Rancho Palos Verdes, Redondo Beach, Rolling Hills, Rolling Hills Estates and may include surrounding cities such as Los Angeles and Torrance. 

    Project Details

    • Reference ID: RFP-GR-0127
    • Department: Public Information and Education (PIE)
    • Department Head: Darryl Ramos-Young (Manager of Communications)

    Evaluation Criteria

    • Completeness & Quality of Proposal (5 pts)
    • Respondent Qualifications, Capabilities, and Experience (20 pts)
    • Professional Qualifications of Key Personnel (20 pts)
    • Technical Approach and Methodology (15 pts)
    • References (5 pts)
    • Cost Proposal (25 pts)
    • Small Business Enterprise Incentive Points (3 pts)
    • Local business Enterprise Incentive Points (3 pts)
    • Small and Local Subs Incentive Points (1 pts)
    • Interview (10 pts)

    Submission Requirements

    • Proposal Response (required)
      1. Executive Summary Letter

        This letter shall be a brief formal letter from Respondent that provides information regarding the firm and its ability to perform the requirements of this solicitation.  This letter must include the following information:  complete legal company name (as it should appear in a contract), address, contact person, telephone number, and e-mail address. This letter shall identify all materials and enclosures being forwarded in response to this solicitation. The letter must be signed by an individual authorized to bind the proposing entity or by the two corporate officers authorized to bind the proposing entity as set forth in the California Corporations Code.  A proposal submission with an unsigned Executive Summary Letter may result in the proposal being considered non-responsive. 

      2. Qualifications, Capabilities, and Experience

        Respondent shall provide a brief discussion of its qualifications and capabilities to perform work similar in nature to the services requested herein.  Respondent shall provide a brief discussion of its previous experience with engagements that are the same or similar in nature to the services requested herein.

      3. Key Personnel

        Respondent shall provide the names, resumes, and a statement of qualifications of key personnel who are expected to be assigned to this project and shall identify their specific responsibilities.

        In addition, Respondent shall submit a complete list of all subconsultants they intend to utilize in the provision of services requested in this solicitation.  Prevailing wages shall be paid to any subconsultant who provides labor on the project for which a prevailing wage classification has been established by the State of California Department of Industrial Relations.  The District reserves the right to request copies of certified payrolls and any other documentation necessary to verify the payment of prevailing wages and fringe benefits from subconsultants of any tier in accordance with the California Labor Code.

      4. Technical Approach and Methodology

        Respondent shall provide a discussion of ways to maximize benefits or services to West Basin as well as discuss objectives, recommendations and solutions.  Respondent shall provide a project schedule and timeline by task illustrating key deliverables. Respondent is encouraged to identify and recommend any improvements/enhancements for the proposed service, as well as highlight any other issues Respondent deems appropriate.

      5. References

        Respondent’ shall provide a minimum of three (3) references from different clients for engagements performed in the last five (5) years where the services provided were the same or similar nature to the services requested herein.  Respondent’s Reference Information should include:
          1. Client’s name, contact person, contact person’s responsibility and relationship to the project, address, email, and telephone number.
          2. A description of the type and extent of the services provided by Respondent to the client.
          3. Names of key personnel on Respondent’s team that participated in named projects and their specific responsibilities. 
    • Price Proposal (required)

      Respondent shall submit a Price Proposal for the services requested in this solicitation. The Price Proposal shall be delineated by Task as identified in the Scope of Work. West Basin may accept and incorporate the submitted Price Proposal as part of the award/agreement process without further negotiation or, alternatively, may use it as the basis for negotiations.  Consequently, Respondents are encouraged to provide their best pricing terms. 

    • Proposal Validity (required)

      By clicking YES below, the Respondent agrees to the minimum proposal validity. Responses to this RFP shall be valid for a minimum of 90 days. Submissions not valid for at least 90 daysdays will be considered non-responsive.   

    • Compliance with Insurance Requirements (required)

      Insurance requirements are listed in the in the Sample Agreement. The District will request the actual Accord insurance form and associated documentation when recommendation for award is made. 

      By clicking YES below, the Respondent confirms their ability to provide the required insurance coverage and Accord insurance form.

    • Minimum Requirement(s) Compliance (required)

      In addition to demonstrating that it meets the minimum requirements, Respondent shall affirm that it meets the minimum requirement by confirming below to agree to the following statement:

      “I certify that I meet the minimum requirements of this solicitation.”

      Respondent’s Proposal may be deemed non-responsive if these minimum requirement(s) are not met. The minimum requirements are defined in the Scope of Services.

    • Willingness to Provide Financial Statement (required)

      If selected, Respondent may be requested to submit a complete financial statement for the two most recent years, prepared in accordance with generally accepted accounting principles.  The financial statement must include a balance sheet and income statement. 

      By clicking Yes below, Respondent indicates that they are prepared to substantiate all information provided.  Respondent must indicate herein Respondent’s willingness to provide this information.

    • DIR Registration Verification (required)

      Please provide your current California Department of Industrial Relations (DIR) Registration Number: 

    • Subcontractor DIR Registration Verification

      If applicable, provide your subcontractor(s) current California Department of Industrial Relations (DIR) Registration Number(s): 

    • Small Business Enterprise Verification (required)

      Do you qualify as Small Business Enterprise? 

      Small Business Enterprise (SBE): To be considered as a Small Business Enterprise and to encourage maximum participation, the District will accept a Vendor that meets and is certified to the Federal U.S. Small Business Administration (SBA) size standards, or the SBE standards set by the California Department of General Services (DGS). In addition, the District will accept a Vendor’s self-certification of any local agency within the State of California. All certifications are subject to verification. 

      If yes - respondent must attach documentation of Small Business certification.

    • Upload SBE certification. (required)
    • Local Business Enterprise Verification (required)

      Do you qualify as Local Business Enterprise?

      Local Business Enterprise (LBE):  To be considered as a Local Business Enterprise, a Vendor must provide evidence, in the form of a business license, that the Vendor is located at a fixed commercial or residential address where administrative, clerical, professional or other productive work is performed relative to its commercial purpose.  The Vendor must be located either within the District’s service area or, within 25 miles of the District’s Carson headquarters for a minimum of one year.

      Please click HERE to determine if your firm is considered Local, under Small and Local Business Enterprise Program. 

      If yes - respondent must attach current copy of the firm's business license.

    • Upload business license. (required)
    • Sub(s) Small and Local Business Enterprise Verification (required)

      Do you have a Sub Supplier, Subcontractor or Subconsultant that qualifies as SBE or LBE?

      Participation from either SBE or LBE Sub(s) qualify only if at least 30% of the total compensation paid by the District under the terms of the contract are allocated to and received by the SBE or LBE Sub(s).

      The Prime must include the Sub(s) services and compensation in its Price Form. 

      If yes - the Prime (respondent) must attach current copy of the Sub(s) business license and/or SBE certification.

    • Upload Sub(s) business license and/or SBE certification. (required)
    • Acceptance (required)

      By clicking Yes below, I, on behalf of the Respondent submitting this Proposal, quotation, or bid acknowledge that I have read and understand the subject solicitation and all its attachments.  I further acknowledge that, by submission of a proposal, quotation, or bid in response to the subject solicitation, the Respondent accepts all the terms and conditions set forth in the subject solicitation and its attachments, including, but not limited to, the Sample Agreement or the Purchase Order Standard Terms and Conditions, except as specifically identified in an exception submitted concurrently therewith.

    • How did you first hear about this project? (required)
    • [FOR NEW VENDORS ONLY] Attach Company W-9
    • [For New Vendor Only] Attach New Vendor Form

      The New Vendor Form is located in the Attachments section, Attachment A.

    • Project Detail / Explanation (required)

      Please provide a brief explanation as to the reason and/or purpose for this procurement.

    • Proposal Validity (required)

      Enter desired proposal validity 

    • Vendor Pricing (required)

      Choose Line Items if you would like to build an electronic pricing table in the software and utilize the low bid evaluation processes within OpenGov. 

      Choose Vendor Upload if you will allow the Vendor to upload their own formatted document for pricing. This option is typically used for best value evaluation. 

    • Will you hold an Interview Phase? (required)
    • How will you evaluate references? (required)
    • Question for Contracts: Sample Agreement

      ATTENTION QUESTION FOR CONTRACTS ONLY!

      Contracts will choose the correct sample agreement during review. 

    • Question for Contracts: Professional Liability Insurance

      ATTENTION QUESTION FOR CONTRACTS ONLY!

      Please do not change the answer to this question. Contracts will modify during the review of the solicitation. 

    • Question for Contracts: Evaluation Criteria (required)

      ATTENTION QUESTION FOR CONTRACTS ONLY!

      Please do not change the answer to this question. Contracts will modify during the review of the solicitation. 

      Note for Contracts - Please switch to NO during review process to hide the Evaluation Table. 

    • Question for Contracts: Prevailing Wages and Labor Compliance Requirements? (required)

      ATTENTION QUESTION FOR CONTRACTS ONLY!

    Questions & Answers

    Q (No subject): Could the District please confirm its annual transportation budget?

    A: The proposed transportation budget for fiscal year 26-27 is $80,000.00. The budget is still under review by West Basin's Board of Directors.


    Q (No subject): Is this a new RFP, or is there an existing contract in place? If there is a current contract, can the District share the current transportation provider(s) or list of approved vendors?

    A: This is a new RFP. The existing contract with Pacific Coachways Charter soon expires.


    Q (No subject): Will this RFP result in a single-award or multiple-award contract for charter bus services?

    A: Intent is for a single-award.


    Q (No subject): Regarding pricing, how would the District prefer proposals to be structured? In the transportation industry, pricing is typically based on a minimum hourly charge (for example: 5-hour minimum) with additional hourly rates thereafter. Would the District like this format reflected in the proposal?

    A: Respondents are to propose the pricing structure they see fit based on the scope of work provided. Please ensure that it is clearly itemized for easy understanding and billing.


    Q (No subject): Would pricing remain fixed for the contract term, or would there be an opportunity to apply a CPI adjustment or renegotiate rates for year two?

    A: Respondents may propose CPI adjustments. Please ensure it's clearly stated within your pricing proposal.


    Q (Current Pricing): To ensure competitive pricing, please provide current and historical pricing from the previous contract.

    A: Please submit a Public Records Request to obtain a copy of the existing contract. https://www.westbasinca.gov/about-west-basin/transparency/public-records-request


    Q (Driver Expectations): Please clarify if Drivers are expected to remain on-site for the duration of each trip.

    A: Drivers may stay onsite but it is not required.


    Q (No subject): Will the awarded vendor have the option to decline a trip?

    A: The project manager and awarded vendor will set a schedule of dates in August/September that works for both parties, including tentative makeup dates for field trips that get cancelled due to inclement weather or unavoidable conflicts.


    Q (Trip Frequency): Please provide an estimate for the number of trips the contractor will provide each week.

    A: The contractor will provide buses for one to four field trips each week. Typically three field trips are scheduled each week. This number may change due to school calendars and facility availability.


    Q (Penalty): Please identify any penalties for declining trips.

    A: The project manager and awarded vendor will set a schedule of dates in August/September that works for both parties, including tentative makeup dates for field trips that get cancelled due to inclement weather or unavoidable conflicts. This will avoid the need to decline trips. The vendor may subcontract another bus company, with project manager approval, to provide service if they are unavailable to fulfill a scheduled date.


    Key dates

    1. April 9, 2026Published
    2. April 28, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.