Mission Information Technology Support Services (MITS) IDIQ Ceiling Increase and Contract Extension
ID: 6913G621D300001Type: Special Notice
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The U.S. Department of Transportation, through the John A. Volpe National Transportation Systems Center, is seeking to modify the existing Mission Information Technology Support Services (MITS) contract to increase its ceiling and extend the ordering period. The modification involves a $50 million ceiling increase and a six-month extension, allowing for continuity in critical IT services that support various transportation sectors, including technology assessments, system analysis, and the integration of emerging technologies like AI and GIS. This initiative underscores the government's commitment to enhancing transportation infrastructure and operational efficiency through advanced technology solutions. Interested parties must submit their capability statements to Danelle Quinn at danelle.quinn@dot.gov by October 25, 2024, at 4:00 PM EST to be considered for this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The Mission Information Technology Support Services (MITS) contract, awarded to support the U.S. Department of Transportation's Volpe Center, aims to provide comprehensive IT services across various transportation sectors. The contract outlines the scope of work, emphasizing skilled personnel to address both current transportation technology challenges and future innovations, including data science, systems modernization, and technology deployment. Key tasks include technology assessments, system analysis, design, development, and the deployment of advanced transportation systems, with a focus on integrating emerging technologies like AI and GIS. The contractor will support operational needs, ensure compliance with government standards, and enhance data management capabilities across different transportation modalities. Sustainable acquisition requirements will guide product selection to emphasize environmentally friendly practices. Additionally, a transition plan is mandatory to smoothly transfer ongoing work from the previous support contract, ensuring uninterrupted service and readiness for new task orders. This initiative reflects the government's commitment to leveraging technology for improved transportation infrastructure and operational efficiency.
    Similar Opportunities
    Defense Table of Official Distance (DTOD)
    Active
    Dept Of Defense
    The United States Transportation Command (USTRANSCOM) is seeking technical support services for the Defense Table of Official Distance (DTOD) system, with a focus on cloud-based management and the use of PCMiler software. The objective is to ensure continuous operations of the DTOD system, which includes maintenance, project management, and compliance with cybersecurity regulations, all while adhering to operational security measures. This opportunity is particularly aimed at gathering insights from potential contractors, especially 8(a) companies, to inform a forthcoming contract expected to be awarded by mid-August 2025. Interested parties should submit their capabilities and past experiences to Kari Welker at kari.l.welker.civ@mail.mil or Matthew J. Hellmann at matthew.j.hellmann.civ@mail.mil by the specified response deadline.
    Broad Agency Announcement (BAA) : Advancing Cooperative Perception in Transportation Applications Toward Deployment
    Active
    Transportation, Department Of
    The U.S. Department of Transportation, through the Federal Highway Administration (FHWA), is issuing a Broad Agency Announcement (BAA) to advance cooperative perception (CP) technologies for transportation applications, specifically aimed at enhancing Advanced Driver Assistance Systems (ADAS) and Automated Driving Systems (ADS). The initiative seeks to develop and deploy innovative CP models that improve situational awareness and operational efficiency by utilizing wireless communication between vehicles and infrastructure. This effort is critical for ensuring the safety and effectiveness of modern transportation systems, aligning with federal goals to promote technological advancements in the sector. A total funding of $2.5 million is available for up to three contract awards, with proposals due by October 24, 2024, and anticipated awards by November 22, 2024. Interested parties can contact Okpemitoritse U. Onuwaje at o.onuwaje@dot.gov or James Mikell at james.mikell@dot.gov for further information.
    Technical Expertise and Support Services for FHWA Office of Safety
    Active
    Transportation, Department Of
    The Department of Transportation's Federal Highway Administration (FHWA) is preparing to release a Request for Proposal (RFP) for Technical Expertise and Support Services aimed at enhancing the Office of Safety's initiatives, with the contract expected to be awarded in fiscal year 2025. This procurement will involve an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract, which is crucial for supporting the FHWA's efforts in improving transportation safety through its two units: the Office of Safety Technologies and the Office of Safety Programs. A Virtual Industry Day is scheduled for October 30, 2024, to engage industry partners, and interested parties must RSVP by October 24, 2024, to participate. For further inquiries, contact Kristen Hayes at kristen.hayes@dot.gov or Carolyn Lethert at carolyn.lethert@dot.gov.
    Safety Management Inspection (SMI)
    Active
    Transportation, Department Of
    The Federal Transit Administration (FTA) of the Department of Transportation is seeking qualified contractors to assist with the Safety Management Inspection (SMI) program aimed at enhancing safety compliance in public transportation systems. The primary objective of this procurement is to evaluate State Safety Oversight Agencies (SSOAs) and Rail Transit Agencies (RTAs) to identify safety risks, enforce corrective actions, and develop oversight plans, as outlined in the attached Statement of Work. This initiative is critical for ensuring a robust safety culture within transit operations, ultimately improving the safety and reliability of national public transportation systems. Interested firms should submit a capabilities statement addressing their relevant experience by contacting Crystal Elliott at crystal.elliott@dot.gov or Stephanie Cooke-Nwadibia at stephanie.cooke-nwadibia@dot.gov, with the anticipated performance period spanning one base year and four optional years.
    Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal
    Active
    Dept Of Defense
    Opportunity Overview: The primary purpose of this federal contract is to secure contingency sealift services for the Department of Defense (DOD) under the Voluntary Intermodal Sealift Agreement (VISA). The focus is on ensuring the availability of commercial shipping capacity for emergency deployments worldwide. VISA aims to establish partnerships with maritime companies to provide the DOD with efficient and flexible shipping solutions. The agreement offers incentives for companies to commit vessel capacity to the program, including priority for peacetime cargo contracts. Scope of Work: The key tasks for the awardee include: Committing a specified percentage of their maritime capacity to different stages of contingency operations, as outlined in the VISA Terms and Conditions. Providing detailed information about their vessels, including technical specifications, capabilities, and pricing, as detailed in the Carrier Vessel Information Sheet. Adhering to the agreed-upon capacity commitments, ensuring vessel availability, and maintaining the ability to fulfill DOD requirements within specified timeframes. Delivering, loading, and redelivering vessels as required, with potential charter periods of up to five years. Complying with international regulations, American Petroleum Institute (API) standards, and safety protocols for loading/discharging processes. Eligibility Criteria: Eligibility for this opportunity appears to be focused on maritime companies or operators possessing the following: A fleet of vessels capable of prompt deployment for contingency operations. Capacity and infrastructure to meet the required services, including a diverse range of vessel types. Experience and expertise in maritime transportation, preferably with a track record of working with the DOD or on similar contingency operations. Funding and Contract Details: The contract is expected to be firm-fixed-price, with an estimated value of between $500,000 and $36 million over the potential ten-year period of performance. The base period spans five years, from October 2024 to September 2029, with an optional five-year extension. The government has indicated a submission deadline of August 27, 2024. Submission Process: For current VISA participants, the process involves confirming their desire to remain in the program and submitting updated vessel commitment information. New participants must enroll online through the Maritime Administration (MARAD) website. All participants must provide the required vessel information and undergo a review/signature process with MARAD and USTRANSCOM. Evaluation Criteria: The government will evaluate submissions based on several factors: Alignment with VISA requirements, including capacity commitment levels and vessel suitability. Past performance and experience, demonstrating a successful track record in maritime operations and contingency support. Cost reasonableness and price competitiveness. Technical merit, safety features, and crew qualifications. Contact Information: For further clarification, interested parties can contact the primary point of contact, Shanda L. Lyman, at shanda.l.lyman.civ@mail.mil or 618-817-9484. A secondary contact is Lynn Fitzgerald at lynn.c.fitzgerald2.civ@mail.mil or 618-817-9451.
    Accelerating Market Readiness Program
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is initiating a Broad Agency Announcement (BAA) for the Accelerating Market Readiness (AMR) Program, aimed at soliciting innovative solutions to enhance the adoption of emerging technologies in the transportation sector. The program's objectives include conducting national assessments of innovations, providing a shared-risk environment for field proof-of-concept activities, and facilitating the documentation and communication of findings to promote widespread adoption among transportation agencies. This five-year BAA is expected to open from October 29, 2024, to October 28, 2029, with the first call anticipated to coincide with the BAA release, and interested parties should prepare to submit white papers as specified in future calls. For further inquiries, contact Kristen Hayes at kristen.hayes@dot.gov or Khadija Osman at Khadija.Osman@dot.gov.
    Commercial Port Information and Operational Technology
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking input from commercial port stakeholders through a Request for Information (RFI) titled "Commercial Port Information and Operational Technology" as part of the C-PILOT initiative. The objective of this RFI is to assess the cybersecurity measures and operational technologies of commercial ports, focusing on identifying vulnerabilities in their Information Technology (IT) and Operational Technology (OT) systems to enhance cybersecurity resilience. The U.S. Maritime Transportation System (MTS) plays a crucial role in the national economy, and this initiative aims to develop a Maritime Port Resiliency and Security Research Testbed to improve threat responses and safeguard critical maritime infrastructure. Interested participants, particularly Subject Matter Experts (SMEs), are encouraged to submit their insights by November 4, 2024, and can contact C-PILOT RFI at MaritimePortResiliencyandSecurityStudy@hq.dhs.gov for further information.
    MATOC for USACE PROJECT & PROGRAM MANAGEMENT DELIVERY SUPPORT SERVICES
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is soliciting proposals for Project and Program Management Delivery Support Services under a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a maximum value of $47.6 million. The contract aims to enhance USACE's capabilities in delivering program and project support, focusing on Information Technology services, risk management, and compliance with cybersecurity standards. This opportunity is significant for contractors specializing in IT management support services, as it emphasizes the importance of effective project execution and quality assurance in federal contracting. Interested parties should direct inquiries to Doug Pohlman or Giorgiana Chen and submit proposals electronically by the specified deadline, with the performance period expected to commence in December 2024.
    DISA Travel Telecommunications Services (DTTS)-V Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is preparing to solicit proposals for the DISA Travel Telecommunications Services (DTTS)-V Contract. This contract aims to provide essential telecommunications services, specifically in the realm of wired telecommunications, to support travel-related communications for military and defense operations. The services are critical for ensuring reliable and efficient communication capabilities during travel, which is vital for operational readiness and coordination. Interested vendors can reach out to DITCO/PS8212 at disa.scott.ditco.mbx.ps8212-dtts@mail.mil for further information regarding the presolicitation notice and upcoming deadlines.
    MT FLAP VALLEY 20(1), Duck Creek Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the MT FLAP VALLEY 20(1) project, which involves the construction and improvement of Duck Creek Road in Valley County, Montana. The project encompasses approximately 8.77 miles of roadway construction, including tasks such as mobilization, roadway excavation, asphalt pavement installation, and traffic control measures, all aimed at enhancing infrastructure and ensuring safety. This initiative is part of broader federal efforts to improve public roadways while adhering to environmental and safety regulations. Interested contractors can obtain further details and submit their bids by contacting the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520, with the bid opening date specified in the solicitation documents.