RFI for Locomotive Safety Inspections
Type: Special Notice
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARY6913G6 VOLPE NATL TRANS SYS CNTRCAMBRIDGE, MA, 02142, USA

NAICS

Support Activities for Rail Transportation (488210)

PSC

LOCOMOTIVES (2210)
Timeline
    Description

    The Department of Transportation, through the Volpe National Transportation Systems Center, is issuing a Request for Information (RFI) to assess the availability and capabilities of vendors for conducting 92-day periodic safety inspections on locomotives in compliance with federal regulations. The RFI seeks vendors with experience in performing inspections according to 49 CFR Part 229.23(a) on fourteen locomotives located at various military sites, requiring personnel to have prior experience with EMD locomotives, the ability to conduct brake tests, and access to necessary diagnostic tools. This initiative underscores the government's commitment to enhancing locomotive safety and efficiency within its transportation operations. Interested vendors must submit a capabilities document by April 4, 2025, and direct any inquiries to Patricia Barnett at patricia.barnett@dot.gov.

    Files
    Title
    Posted
    The Volpe National Transportation Systems Center is issuing a Request for Information (RFI) to gather insights on the availability and capability of vendors for performing 92-day periodic safety inspections on locomotives in compliance with federal regulations. This RFI serves as a market research tool and does not constitute a solicitation for bids. Vendors are invited to provide details on their ability to conduct safety inspections according to 49 CFR Part 229.23(a), specifically on 14 locomotives distributed across several military locations. Key requirements include prior experience with EMD locomotives, ability to perform brake tests, and possession of necessary tools for diagnostics and maintenance. Vendors must submit a capabilities document addressing administrative information, their ability to meet the specified scope, and previous experience. The anticipated North American Industry Classification System (NAICS) code is 488210, and responses are due by April 4, 2025. This RFI underscores the government's commitment to enhancing locomotive safety and efficiency within its transportation operations.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Request for Information(RFI)-Market Research for Logistics Deliverables
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is conducting a Request for Information (RFI) to identify qualified vendors capable of providing logistics deliverables for a new product, the Small Tactical Electric Power 3 Kili Watts. The RFI seeks comprehensive services including the creation of a Repair Parts and Special Tools List (RPSTL), Maintenance Allocation Chart (MAC), Provisioning Parts List (PPL), and Level of Repair Analysis (LORA), which are critical for the effective maintenance and operation of the new power system. This market research initiative is intended solely for planning purposes and does not constitute a solicitation or commitment to contract, with responses due by September 19, 2025, to the designated contacts at the Army. Interested vendors should submit their Rough Order of Magnitude (ROM) cost estimates and timelines to taylor.l.venanzi.civ@army.mil and rukiya.owusu.civ@army.mil.
    High Energy Rail (HE-Rail) Large-Scale Fixed Systems
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking industry feedback through a Request for Information (RFI) regarding the procurement of High Energy Rail (HE-Rail) large-scale fixed Non-Intrusive Inspection (NII) systems. The objective is to gather insights on draft requirements that will enhance the capabilities for inspecting railcars and cargo to interdict contraband and improve border security, while ensuring compliance with Nuclear Regulatory Commission safety standards. This initiative is crucial for deploying advanced technologies that can effectively detect threats such as weapons and illegal substances, thereby bolstering national security. Interested parties are encouraged to submit their comments within fifteen calendar days using the provided response template to the designated contacts, Aga Frys and Kaitlin Merli, at their respective email addresses.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    Technical Expertise and Support Services for FHWA Office of Safety - Industry Day Presentation Slides
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking technical expertise and support services for its Office of Safety, with an upcoming Request for Proposal (RFP) anticipated for release in Q2 2025. The primary objective is to enhance roadway safety through a comprehensive approach that includes technical support, professional capacity building, audience outreach, and operations support across various activities such as research, policy analysis, and training. This initiative reflects the federal commitment to improving transportation safety and aims to engage industry collaboration to address federal procurement requirements systematically, with an estimated contract value of $58 million. Interested vendors can reach out to Monique Snow-Manning at monique.snowmanning@dot.gov or Carolyn Lethert at carolyn.lethert@dot.gov for further information.
    LABORATORY EQUIPMENT INSPECTION, CALIBRATION AND REPAIR SERVICES
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking a contractor to provide Laboratory Equipment Inspection, Calibration, and Repair Services to support roadwork projects across 19 Western states, including Alaska, Arizona, and California. The procurement involves a Blanket Purchase Agreement (BPA) for a base year and four option years, with an estimated total value of $350,000, focusing on the inspection, calibration, and repair of highway materials testing equipment at various facilities and mobile trailers. Contractors must possess current A2LA accreditation to ISO/IEC 17025, utilize NIST-traceable measuring devices, and employ qualified personnel, ensuring compliance with AASHTO and ASTM standards. Interested parties should contact Chinh Le at Chinh.Le@dot.gov or call 720-963-3549 for further details and must adhere to strict invoicing requirements via the DELPHI iSupplier system.
    Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for a contract titled "Roadside Safety Research and Federal Outdoor Impact Laboratory (FOIL) Advanced Crash Analysis Technical Support Services." This Request for Proposal (RFP) seeks to procure advanced crash analysis technical support services to assist in the operation and maintenance of the FOIL, which conducts critical crash and impact tests for vehicles and roadside hardware. The contract will be structured as a 60-month Indefinite-Delivery-Indefinite-Quantity (IDIQ) agreement with a minimum value of $100,000 and a maximum ceiling of $18 million, utilizing Firm-Fixed Price (FFP) and Time and Materials (T&M) task orders. Interested parties should direct inquiries to Rochelle Infante at Rochelle.Infante@dot.gov, with questions regarding the RFP due by December 16, 2025, at noon ET.
    Conventional Aircraft Tow Tractor
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG) Aviation Logistics Center (ALC), is conducting market research to identify potential sources for a Conventional Aircraft Tow Tractor. The tractor must meet specific requirements, including a minimum drawbar pull of 14,000 lbs, dimensions not exceeding 150 inches in length (without hitches) and 180 inches (with hitches), and a gross weight of at least 17,000 lbs, among other technical specifications outlined in the attached salient characteristics document. This equipment is crucial for the efficient handling of aircraft on the ground, ensuring operational readiness and safety at airfields. Interested vendors are encouraged to submit their capabilities, including business size and certifications, by January 5, 2026, at 5:00 P.M. Eastern Time, with responses directed to Denise Bulone at denise.j.bulone@uscg.mil, referencing the notice number 70Z03826IE0000001.
    Government Publishing Office FY26 Equipment Inspection
    United States Government Publishing Office
    The United States Government Publishing Office (GPO) is seeking a NETA-certified vendor to provide inspection, testing, and repair services for electrical equipment at its Washington, DC campus, encompassing a total area of 1.5 million square feet. The procurement involves a Firm Fixed Price (FFP) contract for the inspection and maintenance of 96 low voltage and 52 medium voltage circuit breakers, as well as 26 protective relays, with the aim of ensuring reliable power control and mitigating risks associated with electrical failures. Interested vendors must submit their quotes electronically by December 15, 2025, at 5:00 pm EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) methodology, requiring an 'Acceptable' rating for the technical approach and 'Satisfactory' for past performance. For further inquiries, potential offerors can contact Michael McKenzie at mrmckenzie@gpo.gov or Troy D. White at twhite@gpo.gov.
    Lowell National Historical Park, Passenger Platforms Replacement and Track Repair Work
    Transportation, Department Of
    The Department of Transportation is seeking qualified contractors for the Lowell National Historical Park's project to replace passenger platforms and repair trolley tracks. The project involves comprehensive work at four stations—Swamp Locks, Mack Plaza, Moody Street Feeder House, and Suffolk Station—requiring the removal and replacement of platforms, ties, and associated track components to ensure the continued operation of the historic trolley system. This initiative is crucial for maintaining visitor safety and accessibility, as the trolley system has been in operation for 30 years and certain components are reaching the end of their life cycle. Interested contractors must have a minimum of five years of relevant experience and are encouraged to contact Carl Chin at carl.chin@dot.gov for further details. The performance period extends until April 30, 2027, with funding already secured for the project.
    Request for Information (RFI) - Equipment Maintenance Database
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is seeking information on commercial solutions for an Equipment Maintenance Database as part of its Soldier Medical Devices Program. This Request for Information (RFI) aims to identify subscription-based services that include a Biomedical Preventive Maintenance Database, along with various other databases essential for managing healthcare operations and ensuring regulatory compliance. The selected solution must support 80 concurrent users, be cloud-based, and compatible with government IT systems, with a contract period of one year and four optional renewals. Interested parties should submit their responses, including detailed white papers and company information, to Patrick Wallace or Trisha Scott via email by the specified deadline.