Draft RFP - Technical Expertise and Support Services for FHWA Office of Safety
ID: 693JJ325R000004Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL HIGHWAY ADMINISTRATION693JJ3 ACQUISITION AND GRANTS MGTWASHINGTON, DC, 20590, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

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

    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking technical expertise and support services to enhance roadway safety through a Draft Request for Proposal (RFP). The procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a ceiling of $48 million, focusing on professional capacity building, audience outreach, and administrative support to reduce crashes and improve safety across various transportation contexts. Key requirements include expertise in transportation safety, data analysis, and compliance with ADA standards, with a performance period of five years. Interested parties can contact Monique Snow-Manning at monique.snowmanning@dot.gov or Carolyn Lethert at carolyn.lethert@dot.gov for further information.

    Point(s) of Contact
    Monique Snow-Manning
    monique.snowmanning@dot.gov
    Files
    Title
    Posted
    The Request for Proposal No. 693JJ325R000004, issued by the U.S. Department of Transportation's Federal Highway Administration, seeks contractors for the development and delivery of training services in areas related to pavement, materials, construction and maintenance, asset management, and financial management. The RFP is structured as an indefinite delivery indefinite quantity (IDIQ) contract, allowing multiple awards with a minimum order of $25,000 and a ceiling of $10 million. Contractors must demonstrate technical capability, resource staffing, and past performance, with proposals evaluated based on substantial technical and financial criteria. The objective is to enhance training offerings provided by the National Highway Institute (NHI) to a diverse audience, including federal, state and local agencies, and stakeholders, focusing on knowledge transfer and best practices. The document delineates a comprehensive proposal format and assessment method while emphasizing the need for courses that meet accessibility requirements. Key requirements include developing, updating, and delivering various formats of training, ensuring instructor readiness, and establishing a robust evaluation of training effectiveness. This RFP signifies the government’s commitment to improving workforce competency in critical transportation fields through structured educational initiatives.
    The Request for Proposal (RFP) No. 693JJ325R000004, issued by the U.S. Department of Transportation’s Federal Highway Administration, seeks proposals for multiple contracts for the development and delivery of training services in areas including asset management, financial management, construction, and maintenance. This open market solicitation allows for submissions from a mix of small and larger businesses, aiming for a minimum of $25,000 and maximum task orders totaling $10 million. Proposals must be submitted in a structured format, including a technical capability volume detailing the contractor's plan, staffing qualifications, and past performance references. The evaluation will focus on technical capability and past performance, with criteria emphasizing project management, quality control, and education standards. The successful contractors will enhance training offerings to meet the needs of various transportation agencies, utilizing diverse instructional methodologies while adhering to compliance for accessibility. The overarching goal is to build an efficient, knowledgeable workforce across the transportation sector, supporting ongoing improvements in industry practices.
    The RFP No. 693JJ325R000004 issued by the United States Department of Transportation seeks proposals for the development and delivery of training services related to pavement and materials, construction and maintenance, asset management, and financial management. The goal is to enhance the National Highway Institute’s (NHI) educational offerings, evolving from traditional instructor-led training to various modern modalities, including web-based platforms and gamification. The contract will be awarded as an indefinite delivery indefinite quantity (IDIQ) arrangement, with task orders not exceeding ten million dollars. Offerors must demonstrate technical capabilities, past performance, and pricing structures that align with government standards. Specific requirements include a robust staffing proposal detailing qualifications and plans for monitoring instructor performance to achieve NHI certification. Proposals will be evaluated based on technical merit, past performance, and cost effectiveness, prioritizing quality training tailored to a diverse audience from local and federal sectors. The RFP emphasizes accessibility and inclusion in its instructional design to meet the diverse needs of participants. Offerors are cautioned to submit their best initial proposals, as the government may not engage in discussions prior to award.
    The document consists of questions and responses about RFP 693JJ325R000004, which is part of a full and open competition for a training services contract. The government anticipates awarding at least one contract to a small business, and resumes submitted must be limited to two pages. The contract focuses on designing, developing, and delivering instructor-led and web-based training, with a historical workload of approximately 75% training development and 25% delivery. It follows a recompete process, with incumbent contractors including Applied Pavement Technology and WSP USA Inc. The National Highway Institute (NHI) utilizes the Blackboard Learning Management System and authoring tools like Articulate and Captivate for training development. The target audience primarily consists of employees from State Departments of Transportation and regional agencies. Clarifications are also provided regarding the expectations for pre-work delivery and technical review meetings, which typically occur before deliverable submissions. Overall, the document clarifies procedural and technical details necessary for potential bidders in the competitive procurement process.
    Request for Proposal No. 693JJ325R000004 outlines qualifications and responsibilities for various key personnel roles needed for contract execution. The roles include Program Manager, Project Manager, Graphics Designers (High, Mid, Low), Learning Management Specialist, Instructional Systems Designers (ISD High, Mid, Low), Administrative Support, Information Systems Technology Specialists (High, Mid, Low), Civil Engineer Subject Matter Experts (SME High, Mid, Low), Technical Writer/Editor, and a 508 Compliance Specialist/Manager. Each position has specific educational and experience requirements, emphasizing the necessity for professional skills in management, graphic design, instructional design, IT support, and compliance standards. Key responsibilities across roles generally involve managing tasks, ensuring quality, and collaborating with teams. The document aims to solicit proposals from qualified entities to fulfill these roles, ensuring that deliverables meet high standards for government projects. Compliance with Section 508 requirements is also highlighted, underscoring the commitment to accessibility in project documentation. This RFP reflects the federal government’s process for contracting specialized services to support various technical and educational projects.
    This document outlines a schedule of rates for various positions associated with a federal government project, specifically under solicitation number 693JJ325R000004. The positions listed span multiple roles including Program Manager, Project Manager, various levels of Graphics Designers, Learning Management Specialist, Instructional Systems Designers (ISD), Administrative Support, IT Specialists, Civil Engineer Subject Matter Experts (SME), Technical Writers/Editors, and a 508 Compliance Specialist/Manager. The schedule details the projected staffing levels and roles over a span of eight years, indicating a structured approach to resource allocation necessary for the endeavor. This document serves as a critical component in government RFPs, ensuring that all contractors are aware of anticipated staffing needs and the corresponding rate structures for budgeting and proposal development. The clarity in the roles outlined emphasizes the project’s comprehensive planning to meet its objectives efficiently over the defined timeline.
    The document outlines the Subcontracting Plan for Request for Proposal (RFP) No. 693JJ325R000004, which mandates the submission of subcontracting goals and methodologies by contractors. Each contractor must specify their total prime contract amount and the amount planned for subcontracts, divided among various business categories, including large firms, small businesses, and specific types of small business concerns such as Veteran-Owned Small Businesses (VOSB) and Women-Owned Small Businesses (WOSB). The plan details the required rationale for any goals set below certain thresholds and provides a template for listing subcontractor specifics, along with goals for equitable opportunities for small businesses to compete. The document also emphasizes compliance with federal regulations and the importance of documenting subcontracting efforts and relationships. Overall, it functions as a comprehensive guideline for ensuring fair subcontracting practices, particularly favoring small and disadvantaged businesses, as part of federal contract management. There is a strong focus on reporting and record-keeping to verify compliance with these goals throughout the contract lifecycle.
    This government file, Attachment J.1, outlines the labor category descriptions and qualification requirements for personnel working on a contract. It details various positions, including Program Manager, Principal Investigator, Meeting Facilitator/Coordinator, Clerical, Technology Transfer Specialist, Data Analyst, Writer/Editor (Senior and Junior), Engineer (Subject Matter Expert, Senior, Mid-level, and Junior), and Technical Specialist (Senior and Junior). Each category specifies the necessary educational background, years of experience, and, in some cases, professional certifications or licenses. The document also allows Offerors to propose additional labor categories and their qualifications, provided they are also included in Attachment J.2 with proposed rates. The overarching purpose is to ensure that all contractor-supplied personnel meet established government standards for expertise and experience in their respective roles under the contract.
    Attachment J.2, titled 'Labor Category Ceiling Rates,' is a component of a federal government Request for Proposal (RFP), federal grant, or state/local RFP. This attachment outlines the labor categories and their corresponding ceiling rates for a project spanning eight years. It enumerates various labor categories such as Program Manager, Principal Investigator, Meeting Facilitator/Coordinator, Clerical, Technical Transfer (T2) Specialist, Data Analyst, Senior Writer/Editor, Junior Writer/Editor, SME - Engineer, Senior Engineer, Mid-Level Engineer, Junior Engineer, Senior Technical Specialist, and Junior Technical Specialist, with designated columns for each year from Year 1 to Year 8. The document's purpose is to provide a standardized framework for pricing and resource allocation for potential contractors or grantees, ensuring transparency and consistency in financial proposals related to labor costs over the project's duration.
    The FHWA Subcontracting Plan Template (APM 025E) outlines requirements for bidders/offerors to submit detailed subcontracting plans for federal solicitations. It mandates setting percentage goals for various small business categories, including Veteran-Owned, Service-Disabled Veteran-Owned, HUBZone, Small Disadvantaged, and Women-Owned Small Businesses. The template requires justification for goals lower than specified percentages and asks for a list of planned subcontracted supplies and services. It also requires detailing methods for developing goals, identifying potential subcontractors, and whether indirect costs are included. The plan specifies administrative responsibilities, efforts to ensure equitable subcontracting opportunities, record-keeping protocols, and adherence to FAR clauses regarding small business utilization and reporting requirements via eSRS. The document is crucial for ensuring compliance and promoting small business participation in government contracts.
    Attachment J.4 – Appendix 1 outlines the current safety program areas and priorities within a government context, likely related to federal grants, RFPs, or state/local RFPs. The document lists 29 distinct areas covering a broad spectrum of transportation safety. Key focus areas include vulnerable road user safety (Bicycle/Bicyclist Safety, Pedestrian Safety and Accessibility), infrastructure and design improvements (Complete Streets, Geometric Design, Intersection Safety, Roadside Hardware), and data-driven approaches (Crash Modification Factor Clearinghouse, Data Driven Safety Analysis, Roadway Safety Data Program). The priorities also encompass specific road types (High Risk Rural Roads, Local, Rural and Tribal Road Safety, Urban Road Safety) and broader strategic initiatives (Highway Safety Improvement Program, Safe System Approach, Strategic Highway Safety Plans). Emerging technologies (Connected and automated vehicle technologies, Intelligent Transportation Systems Safety) and human factors are also addressed. The document emphasizes a comprehensive approach to safety, integrating planning, capacity building, and equity considerations (Transportation Equity). This appendix serves as a foundational reference for understanding the scope and focus of safety initiatives, guiding project proposals and resource allocation.
    The Federal Highway Administration (FHWA) Office of Safety (HSA) is seeking support services through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to enhance roadway safety and reduce crashes. This contract, with a ceiling of $48,000,000 and a minimum of $50,000, will utilize Firm-Fixed-Price (FFP) and Time & Materials (T&M) task orders. The work encompasses technical support, professional capacity building, audience outreach, and administrative program support. Key requirements include a kick-off meeting, tri-annual meetings, and monthly progress reports. Contractors must possess expertise in transportation roadway safety, data analysis, communications, and ADA compliance. All Information and Communication Technology (ICT) deliverables must comply with Section 508 standards. The contract emphasizes detailed task order procedures, including proposal submission and evaluation criteria, with a five-year period of performance.
    The document outlines questions and responses regarding RFP 693JJ325R000004, which involves a recompete for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on developing and delivering training programs. The government anticipates awarding at least one contract to a small business, with resumes limited to two pages, despite initial confusion about page limits. The current work is heavily weighted towards training development (75% versus 25% for delivery). The National Highway Institute uses Blackboard as its Learning Management System and employs authoring tools like Articulate and Captivate. Incumbent contractors from the previous contract include Applied Pavement Technology, Applied Research Associates, and WSP USA Inc. The document confirms that the existing OCI (Organizational Conflict of Interest) language will remain in the solicitation, though the government does not foresee OCI issues. The target audience primarily consists of state Department of Transportation employees and consultants, indicating the training's relevance to transportation professionals. Overall, the government seeks clarity, compliance, and engagement from potential contractors in the training sector.
    Similar Opportunities
    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.
    Non-Personal Services Contract to Support the Infrastructure Research and Technology Deployment Program.
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking proposals for a Non-Personal Services Contract to support the Infrastructure Research and Technology Deployment Program. This procurement aims to engage professional engineering and technical support services that will enhance the deployment of innovative infrastructure technologies. Such services are crucial for advancing the nation's transportation infrastructure and ensuring the effective implementation of research findings. Interested parties can reach out to Marcus Fowler at Marcus.Fowler@dot.gov for further details regarding the contract, which is outlined in the attached documentation.
    Data Science for Highway Transportation
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking information from qualified entities regarding a project titled "Data Science for Highway Transportation." The objective is to explore innovative methods for curating and sustaining analysis-ready datasets in highway transportation, as well as to foster communities of practice around emerging data science techniques that can enhance safety and reliability in the transportation system. This initiative is crucial due to the increasing availability of data from various sources, which presents new research opportunities and necessitates collaboration among data scientists and transportation experts. Interested parties must submit their capabilities statements to Contracting Officer Bob Brown at bob.p.brown@dot.gov by 12:00 pm Eastern Time on January 9, 2026, ensuring that the email subject line includes “Sources Sought: Data Science for Highway Transportation.”
    Highway Infrastructure Engineering and Research Data Services (HIERD)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking proposals for the Highway Infrastructure Engineering and Research Data Services (HIERD) contract. This procurement aims to secure non-personal services that require multidisciplinary expertise in pavement, bridge, and highway infrastructure engineering, alongside data management, analytics, and web application development. The contract, structured as an Indefinite Delivery/Indefinite Quantity (ID/IQ) agreement, is crucial for enhancing the quality and accessibility of highway infrastructure research data through various FHWA InfoHighway portals. Interested small businesses must submit their proposals by the specified deadlines, with a guaranteed minimum contract value of $50,000 and a maximum ceiling of $8,000,000 over a performance period of 60 months. For further inquiries, potential bidders can contact Tamiko Aikens at tamiko.aikens@dot.gov or Bob Brown at Bob.P.Brown@dot.gov.
    Accelerating Market Readiness Program
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting proposals for the Accelerating Market Readiness Program, aimed at enhancing the integration of innovative technologies in highway transportation. This initiative seeks to address critical transportation challenges by inviting proposals that focus on six key innovation topics, including safety, project delivery efficiency, infrastructure performance, climate sustainability, equity, and advanced simulation techniques. The program is designed to foster collaborations among transportation organizations to conduct field tests and document results, ultimately advancing technologies to a market-ready status. Interested parties can reach out to Kristen Hayes at kristen.hayes@dot.gov or Khadija Osman at Khadija.Osman@dot.gov for further information. The solicitation is part of a five-year Broad Agency Announcement, with ongoing opportunities for submission.
    Ceiling Increase for Non-Personal Services Contract to Support the Intelligent Transportation Systems Joint Program Office IDIQ
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking to modify the existing non-personal services contract to support the Intelligent Transportation Systems Joint Program Office by increasing the IDIQ ceiling. This modification is crucial for ensuring continued support and development in transportation research and services, particularly in surface transportation, public transit, and rail systems. The contract is vital for advancing research and development initiatives within the transportation sector, reflecting the government's commitment to enhancing transportation infrastructure and technology. For further inquiries, interested parties can contact James Mikell at james.mikell@dot.gov or by phone at 360-619-7584.
    Vehicle Purchasing, Leasing, Transfer, Storage, Disposition, Parts Procurement, and Test Coordination Services
    Transportation, Department Of
    The National Highway Traffic Safety Administration (NHTSA), part of the Department of Transportation, is seeking qualified small businesses to provide comprehensive vehicle procurement, leasing, transfer, storage, disposition, parts procurement, and test coordination services. The contractor will support NHTSA's mission by acquiring vehicles for various crash tests and research initiatives, ensuring timely delivery, and maintaining meticulous records while coordinating with multiple testing laboratories. This effort is crucial for enhancing vehicle safety and reducing economic costs associated with traffic incidents. Interested firms must submit their Corporate Capability Statements to Michelle Shanahan at michelle.shanahan@dot.gov by the deadline of 10 calendar days from the publication date of this notice.
    Research Initiatives in Support of FHWA Next Generation Structural Materials and Systems
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is soliciting research initiatives to support the development of next-generation structural materials and systems through a Broad Agency Announcement (BAA). This opportunity aims to gather white papers and proposals that address high-priority challenges in areas such as Structural Steel, Structural Concrete, Geotechnical Structures, and Bridge Hydraulics, ultimately enhancing the safety, integrity, durability, and resilience of the nation’s bridges and highway structures. The BAA is designed to facilitate rapid research and development efforts, with project funding typically ranging from $50,000 to $250,000, subject to availability, and requires compliance with various federal regulations, including Section 508 accessibility standards. Interested parties should contact Jessica Prutz at jessica.prutz@dot.gov or Bob Brown at Bob.P.Brown@dot.gov for further information, and proposals will be accepted during individual calls throughout the BAA's five-year duration.
    Addressing Construction Needs for Ultra-High Performance (UHPC) Structural Elements
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration (FHWA), is seeking research proposals to address construction needs for Ultra-High Performance Concrete (UHPC) structural elements. The initiative aims to accelerate the adoption of UHPC in highway construction by developing standardized construction guidelines and overcoming key challenges associated with its implementation. This next-generation concrete technology is crucial for enhancing the resilience and modernization of infrastructure, particularly in bridge superstructure and substructure components. Interested parties should submit white papers by February 5, 2026, with anticipated awards ranging from $50,000 to $900,000, and a performance period not exceeding 30 months. For further inquiries, contact Raven Merchant at Raven.Merchant@dot.gov or Bob Brown at Bob.P.Brown@dot.gov.
    Developing a Smartphone APP to Enhance Older Driver Safety
    Transportation, Department Of
    The National Highway Traffic Safety Administration (NHTSA), part of the U.S. Department of Transportation, is seeking contractors to develop a smartphone application (APP) aimed at enhancing safety for older drivers. The primary objective of this initiative, mandated by Congress, is to reduce cognitive workload for older drivers by assisting them in avoiding risky traffic situations and alerting them to environmental changes, such as speed limit transitions and sharp curves. This project is significant as it addresses the safety concerns of older drivers, promoting tools that can prolong their independent mobility while reducing traffic-related incidents. Interested contractors must be registered in the Systems for Award Management Database, with the solicitation expected to be released around December 16, 2025, and a performance period of 60 months anticipated following the award. For further inquiries, potential offerors can contact Thomas Vandell at thomas.vandell@dot.gov.