Fleet Program Toll Management Transponders Services
ID: HQ003425QE014Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Other Support Activities for Road Transportation (488490)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- OTHER: OTHER (V999)
Timeline
    Description

    The Department of Defense, through the Washington Headquarters Services, has announced the cancellation of Solicitation HQ003425QE014 for Fleet Program Toll Management Transponders Services and intends to award a sole source contract to the Virginia Department of Transportation (VDOT) for EZ Pass services. This decision follows the receipt of two responses to the initial solicitation that did not meet the necessary requirements, leading to the conclusion that VDOT is the only provider capable of supplying the required toll management transponders. The Virginia E-ZPass system is crucial for facilitating cashless tolling, enhancing traffic flow, and providing reduced toll rates to account holders. For further inquiries, interested parties may contact Yolnie Merriweather at yolnie.t.merriweather.civ@mail.mil or 571-722-9823, or Barbara Middleton at barbara.a.middleton11.civ@mail.mil or 646-713-4403.

    Files
    Title
    Posted
    The Federal Government has canceled Solicitation HQ003425QE014 for Fleet Program Toll Management Transponders Services, having received two responses that did not meet requirements. Instead, the Government intends to award a sole source contract to the Virginia Department of Transportation (VDOT) for EZ Pass services, as VDOT is the only provider capable of supplying the necessary toll management transponders. Virginia's E-ZPass system operates within a cashless tolling framework aimed at enhancing traffic flow and lowering congestion, providing reduced toll rates to EZ Pass account holders. The acquisition follows limited source procurement procedures in accordance with Federal Acquisition Regulation (FAR) and will not entertain competitive quotations. Furthermore, the Government disclaims any responsibility for costs incurred by parties responding to both the initial solicitation and the cancellation notice. This decision underscores the unique position of VDOT in the provision of these services.
    The document outlines a Price Schedule Summary for a federal solicitation related to Toll Management Services and Transponder Equipment. It details a firm fixed-price (FFP) contract structure across one base performance period and four optional extension years. The summary lists various Contract Line Item Numbers (CLINs) for toll management services and transponders, indicating quantities but showing a total price of $0.00 for all entries. The contract is periodized into a 12-month base period followed by four options, and all services and equipment are listed with specific quantities without associated costs. This document serves to provide a structured overview of the pricing and quantity allocations necessary for bidders responding to the solicitation, emphasizing clarity in contract details for governmental procurement processes.
    The Pentagon Force Protection Agency (PFPA) seeks a contractor to provide Toll Management Transponder Services for its fleet of over 280 vehicles. This non-personnel services contract requires the contractor to deliver E-Z Pass transponders, equipped for use on toll roads primarily in the National Capital Region (NCR), and to establish a centralized internet-based billing and reporting system. The services aim to enhance operational efficiency by allowing authorized personnel to pass through toll checkpoints without stopping for cash payments. The contract includes providing customer support, monitoring toll charges, and developing management policies related to toll usage. The contract spans a base period of 12 months with four potential option years. Quality control and assurance provisions are integral, with expectations for accurate reporting and management of toll-related data. The contractor is responsible for the security of sensitive information and ensuring that all equipment complies with security requirements. The PFPA outlines specific tasks to be performed, such as certifying charges, monitoring usage, and managing billing, all aimed at facilitating smooth travel for official duties while maintaining compliance with relevant regulations.
    The document outlines a federal solicitation for a contract primarily aimed at acquiring E-Z Pass transponders and related equipment for the Pentagon Force Protection Agency's fleet vehicles. The requisition includes the provision of 100 transponders to facilitate seamless toll payments and enhance the efficiency of fleet operations across Maryland, Virginia, and surrounding states. The contract, with an estimated total value of USD 18 million, specifies delivery timelines from April 2025 to April 2026 and includes several option line items for additional transponders. The solicitation highlights regulatory compliance by incorporating various clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), ensuring adherence to necessary legal and operational requirements. The contractor is responsible for providing comprehensive customer support for toll management services. This document serves as a formal request for proposals, supporting the federal government's commitment to efficient operations through small business engagement and technological advancement in transportation management.
    Similar Opportunities
    S&RTS - Ports of Virginia
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) at the Ports of Virginia, specifically targeting Women-Owned Small Businesses (WOSB). The contract will encompass the management of military cargo, including containers, vehicles, and aircraft, through various ports in Virginia, requiring comprehensive stevedoring, longshoring, and cargo management services. This Indefinite Delivery, Indefinite Quantity (IDIQ) contract is valued at approximately $47 million, with a five-year ordering period from February 21, 2026, to February 20, 2031, and proposals are due by December 18, 2025, at 10:00 AM Central Time. Interested parties should direct inquiries to Douglas Otten or Katherine Alexander via their provided email addresses.
    Exception to Fair Opportunity for Wireless Services
    Dept Of Defense
    The Department of Defense, specifically the Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS & IMF), has awarded a sole source contract for mobile cellular services and devices from Verizon Wireless. This contract, identified as task order N4523A23F1313, is a follow-on to an existing IDIQ contract and was awarded under FAR 16.505(b)(2)(i)(C) to ensure economy and efficiency in service provision. The services are critical for maintaining effective communication capabilities within the naval operations at Bremerton, WA. For further details, interested parties can contact Nicole Fiorentino at nicole.fiorentino@navy.mil.
    Wireless Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure wireless services through task orders M0026323F0013, M0026323F0014, and M0026323F0015, which will be awarded to the current vendor, Verizon. This procurement is necessitated by the unavailability of the new Spiral 3 contract, which does not allow sufficient time for a competitive solicitation and evaluation process, thus limiting the contract duration to one year. Wireless services are critical for maintaining effective communication and operational capabilities within military operations. Interested parties can reach out to Randy L. Wentworth at randy.wentworth@usmc.mil or 843-228-2703, or Rodney Small at rodney.c.small@usmc.mil or 843-228-2151 for further information.
    CDLIS Gateway Services and Support Task Order
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Motor Carrier Safety Administration (FMCSA), is issuing a sole-source follow-on task order for CDLIS Gateway Services and Support, awarded to TechAnax LLC. This task order is essential for maintaining continuity of operations for the Commercial Driver’s License Information System (CDLIS) Gateway, which serves as a clearinghouse for CDL information collected by all states and provides access to this data for enforcement users. The contract includes a 12-month base period with two additional 12-month option periods, ensuring ongoing support for this critical system. For further inquiries, interested parties can contact Mark Miller at mark.miller@dot.gov or Sabrina Phillips at sabrina.phillips@dot.gov.
    CST STUDIO SUITE PACKAGE
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the CST Studio Suite Package and associated support services to DS Government Solutions Corporation based in Waltham, Massachusetts. This procurement is aimed at acquiring essential software and support services that are critical for the agency's operational needs, with the intention of fulfilling specific requirements that only one responsible source can meet. The contract will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties may express their capabilities to Elizabeth Harley via email at elizabeth.c.harley.civ@us.navy.mil, referencing Notice of Intent number N0017325Q1301261439.
    Justification and Approval for Vaadin Subscription Fee and Extended Maintenance for Global Transportation Planning (GTP)
    Dept Of Defense
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking to procure a Vaadin subscription fee and extended maintenance for the Global Transportation Planning (GTP) system. This procurement is essential to maintain the GTP and Advanced Air Route Plan (A2RP) applications, which currently utilize an unsupported version of Vaadin software. The subscription will provide necessary access to updates, patches, and technical support, thereby reducing system vulnerabilities and ensuring compliance with USTRANSCOM CIO accreditation requirements. Interested parties can contact Jenna Varel at jenna.m.varel.civ@mail.mil or Lisa A. Kraft at lisa.a.kraft.civ@mail.mil for further details.
    M1LZ--Valet and Two (2) Separate Parking Lot Attendants
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, has issued a solicitation for valet and parking lot attendant services at the Northport VA Medical Center in New York. The contract, which is 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires continuous coverage for three parking lots, with specific staffing requirements including a minimum of five attendants for valet services and one attendant for monitoring other lots. This service is crucial for ensuring efficient vehicle management and adherence to VA regulations, with a contract period starting from October 1, 2025, and extending through four optional years. Interested contractors must submit their proposals by September 17, 2025, at 10:00 AM EDT, and can direct inquiries to Contract Specialist Dolores Sachuk-Thompson at Dolores.Sachuk-Thompson@va.gov.
    Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software Renewals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a Firm Fixed Price contract for the renewal of 423 Tactical Cross Domain Solution (TACDS) Version 3.0 Filter Bundle Software licenses from General Dynamics Mission Systems, Inc. These licenses are crucial for maintaining cybersecurity compliance for fielded Armored Multi-Purpose Vehicles (AMPV) platforms and will provide three years of necessary support. The procurement is vital for ensuring the operational integrity and security of military systems. Interested parties can reach out to Troy Haarala at troy.r.haarala.civ@army.mil or call 571-588-9334 for further details regarding this opportunity.
    VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for the VI DPC A34(1) – Veterans Drive Contract 2 Improvements to RTE 30 project located in St. Thomas, U.S. Virgin Islands. This project involves the reconstruction and expansion of Veterans Drive into a continuous four-lane roadway over approximately 0.39 miles, with an estimated cost between $80 million and $90 million, focusing on enhancing safety for pedestrians and vehicles, improving drainage, and other related work. Interested contractors must submit both technical and cost proposals, with bid documents expected to be available around November 6, 2025, and must be registered in the System for Award Management (SAM) for proposal submission and payment. For further inquiries, contact Shirley A. Anderson at eflhd.contracts@dot.gov or by phone at 703-948-1407.
    V47 Waterfront Operations
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA) Naval Surface Warfare Center, Carderock Division (NSWCCDDN) Detachment Norfolk, is seeking contractor support for Waterfront Operations at Naval Station Norfolk, Virginia. The procurement encompasses a range of services including transition, program management, operations management, reporting, safety compliance oversight, operation of small watercraft, industrial maintenance and repair, as well as Research and Development, Test and Evaluation project support. These services are critical for maintaining operational readiness and safety compliance in naval operations. Interested contractors can reach out to Michael Rossik at michael.e.rossik.civ@us.navy.mil or by phone at 301-412-9761, or Xenia Lira at caroline.x.lira.civ@us.navy.mil or 757-663-2605 for further details.